Website Tenders
Website Tenders
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date31 Mar 2025
Tender AmountRefer Documents
Details: Nsn 7r-5841-016503575-rq, Tdp Ver 001, Qty 1 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. 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.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 49.5 Million (USD 855.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental 2nd District Engineering Office Balase St., El Salvador City, Misamis Oriental Region X Invitation To Bid For 25kl0126 - Construction Of Road, Barangay Rizal To Barangay Hinaplanan, Claveria, Misamis Oriental "1. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office, Through The Nga The National Expenditure Program (nep) Intends To Apply The Sum Of P49,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25kl0126 - Construction Of Road, Barangay Rizal To Barangay Hinaplanan, Claveria, Misamis Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening." "2. 2. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works:" Name Of Contract: Construction Of Road, Barangay Rizal To Barangay Hinaplanan, Claveria, Misamis Oriental Contract Id: 25kl0126 Location: Claveria, Misamis Oriental Scope Of Works: Construction Of Road With Off-carriageway Improvement, Drainage And Slope Protection Approved Budget For The Contract: ₱49,500,000.00 Contract Duration: 220 "3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A, Medium B, Large A, Large B, (2) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (3) 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 Misamis Oriental 2nd District Engineering Office And Inspect The Bidding Documents At Balase St., El Salvador City During Weekdays From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 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 500.00 For Abc Costing 500,000 And Below; Php 1,000.00 For Abc Costing More Than 500,000 Up To 1m; Php 5,000.00 For Abc Costing More Than 1m Up To 5m; Php 10,000.00 For Abc Costing More Than 5m Up To 10m; Php 25,000.00 For Abc Costing More Than 10m Up To 50m; Php 50,000.00 For Abc Costing More Than 50m Up Tp 500m; Php 75,000.00 For Abc Costing More Than 500m. 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 Misamis Oriental 2nd District Engineering Office Will Hold A Pre-bid Conference On February 20, 2025 @ 1:00pm At Misamis Oriental 2nd Deo Conference Room, 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. "in Accordance With The Department's Citizen's Charter (attached As Annex ""a"") And Unnumbered Memorandum Dated December 27, 2001 (attached As Annex ""b""), Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary C. Letter Of Intent (for Foreign Funded Projects) " 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_misamisoriental2 For Electronic Submission On Or Before March 4, 2025 @ 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. "11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. " 12. Bid Opening Shall Be On March 4, 2025 At 1:00 Pm After Convening Of The Bac At Misamis Oriental 2nd Deo Conference Room And Through Live Streaming: Dpwh Misamis Oriental 2nd Deo Https://youtube.com/@dpwhmisor2nddeo?si=ccqqnwdlsenfa3zn . 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. "13. In Consistent Of The Do 127 S 2018, “if At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid”." 14. The Misamis Oriental 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. 15. For Further Information, Please Refer To: Ryan S. Dy Harry A. Rapliza Chief, Quality Assurance Section Engineer Ii Bac Chairperson Bac Secretariat Head Misamis Oriental 2nd Deo Misamis Oriental 2nd Deo 74215 74217 Dy.ryan@dpwh.gov.ph Rapliza.harry@dpwh.gov.ph " For Downloading Of Bidding : Www.philgeps.gov.ph Documents : Www.dpwh.gov.ph For Online Bid Submission : Electronicbids_misamisoriental2@dpwh.gov.ph " February 13, 2025 Approved By: Ryan S. Dy . Chief, Quality Assurance Section Bac Chairperson
MINISTRY OF PUBLIC WORKS BARMM, COTABATO CITY DEO Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon5 Mar 2025
Tender AmountPHP 5.1 Million (USD 89.8 K)
Details: Description Invitation To Bid For Construction Of Multi-purpose Building 1. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo), Through The Transitional Development Impact Fund (tdif) 2024 Intends To Apply The Sum Of Php 5,199,200.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For; Contract Id No.: 24-td69cc041 Project Name: Construction Of Multi-purpose Building Project Location: Rosary Heights 6, Cotabato City Category: Building Project Description: (20.00m X 8.00m) 160sq.m With Furnitures Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety (90) Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo), And Inspect The Bidding Documents At The Address Given Below; Bac Secretariat Office Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City 8:00 A.m. To 5:00 P.m. Working Day Only 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13,2025 – March 5,2025, Until The Deadline For Submission Of Bids (weekdays Only) From The Given Address Below Bac Secretariat Unit Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City 8:00 A.m. To 5:00 P.m. Working Day Only In The Amount Of Ten Thousand Pesos Only (10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees It Will Be Presented In Person. 6. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Will Hold A Pre-bid Conference1 On February 21,2025 (friday), 9 :00 A.m. Conference Room Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, 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; Bac Secretariat Unit Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City On Or Before March 5,2025 (wednesday) 9:00 A.m. (cut-off-time). 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 5,2025 (wednesday) 9:00 A.m. At The Given Address Below; Conference Room Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Ministry Of Public Works – Bangsamoro Autonomous Region In Muslim Mindanao, Cotabato City District Engineering Office (mpw – Barmm, Ccdeo) 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. Samsudin A. Salik Bac Head Secretariat Mpw - Barmm, Ccdeo Ramon H. Rabago Sr. Motorpool Access Road, Cotabato City, 9600 Tel. No.: 064-421-7096 Email: Bacsec.mpwccdeo@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.philgeps.gov.ph/ (associated Components/bid Supplements) Philgeps Name: Ministry Of Public Works - Barmm, Cotabato City (deo)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 48.2 Million (USD 833.9 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 25ob0246 Name Of Contract : Retrofitting/strengthening Of Permanent Bridges - Edsa/ortigas Interchange (b03317lz) Along Edsa/ortigas Interchange Location : Mandaluyong City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 72,393,213.71 Contract Duration : 225 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B B) Contract Id No. : 25ob0262 Name Of Contract : Construction Of Flood Mitigation Structure, Nangka River, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,828.24 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B C) Contract Id No. : 25ob0263 Name Of Contract : Rehabilitation Of Flood Control Structure Along Nangka River, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 38,599,516.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B D) Contract Id No. : 25ob0284 Name Of Contract : Installation Of Barangay Marikina Heights Road Safety Devices, Barangay Marikina Heights, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d E) Contract Id No. : 25ob0285 Name Of Contract : Installation Of Road Safety Devices Along Ordonez Street, Second District, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 39,168,314.04 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B F) Contract Id No. : 25ob0288 Name Of Contract : Installation Of Farmers 1 Road, Safety Devices Including Laterals, Barangay Tumana, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,795,894.80 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d G) Contract Id No. : 25ob0289 Name Of Contract : Installation Of M. Sevilla Road Safety Devices Including Laterals, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,898,539.85 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d H) Contract Id No. : 25ob0290 Name Of Contract : Installation Of Shoe Avenue, Amang Rodriguez, Road Safety Devices, Barangay Concepcion Uno, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d I) Contract Id No. : 25ob0291 Name Of Contract : Installation Of Road Safety Devices At Barangay Concepcion Dos, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,798,001.88 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d J) Contract Id No. : 25ob0292 Name Of Contract : Installation Of San Miguel Avenue, Santan Street, Victory Hills Road Safety Devices Including Laterals, Barangay Fortune, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 34,298,495.67 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B K) Contract Id No. : 25ob0294 Name Of Contract : Installation Of Oro Vista Subdivision Road Safety Devices, Barangay Concepcion Uno, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d L) Contract Id No. : 25ob0295 Name Of Contract : Installation Of Road Safety Devices, Second District, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 29,579,816.15 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d M) Contract Id No. : 25ob0319 Name Of Contract : Construction Of Slope Protection, Sapang Ususan (maliit), Cayetano Blvd. To Baseball Field, Barangay Ususan, Taguig City (phase 1) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,542.94 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B N) Contract Id No. : 25ob0322 Name Of Contract : Construction Of Slope Protection, Taguig/pateros Boundary River, Barangay Pembo To Comembo, Taguig City (phase 1) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,570.23 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B O) Contract Id No. : 25ob0387 Name Of Contract : Rehabilitation Of Multi-purpose Building (covered Court) Mataas Na Paaralang Neptali A. Gonzales At Barangay Mauway, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 4,949,999.98 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 5,000.00 Pcab License Category : Small B - C&d P) Contract Id No. : 25ob0434 Name Of Contract : Construction (completion) Of Multi-purpose Buildings, Brgy. San Roque, Pateros Location : Pateros, Metro Manila Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 9,899,689.09 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Q) Contract Id No. : 25ob0446 Name Of Contract : Retrofitting Of Commission On Population And Development (cpd) Motorpool, Barangay Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Retrofitting - Low Rise Approved Budget For The Contract : Php 29,698,620.37 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City During Weekdays From 7:00 A.m To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025 - 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 Specified In Each Contract 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 06, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Noted: Eduardo B. Del Rosario Aristotle B. Ramos Chief, Construction Section District Engineer Bac Chairman
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 7.8 Million (USD 135.4 K)
Details: Description The Department Of Public Works And Highways- Butuan City District Engineering Office, R. Palma Street, Butuan City Now Invites Bids For The Above Listed Works. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways- Butuan City District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00pm., Monday To Fridays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below Starting On February 13, 2025 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Department Of Public Works And Highways- Butuan City District Engineering Office, Will Hold A Pre-bid Conference On February 20, 2025 @ 2:00 P.m. At Butuan City-deo Noa Hall Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_butuancity@dpwh.gov.ph For Electronic Submission On Or Before March 4, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 4, 2025 At 10:00 A.m. At Butuan City-deo Noa Hall. 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. The Department Of Public Works And Highways- Butuan City District Engineering Office, R. Palma Street, Butuan City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Municipality Of Hilongos, Leyte Tender
Software and IT Solutions
Philippines
Closing Soon5 Mar 2025
Tender AmountPHP 120 K (USD 2 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Hilongos -o0o- Invitation To Bid For The Purchase Of Office Equipment 1. The Local Government Unit Of Hilongos, Through The General Fund-current Appropriation-semi-expendable-icte Intends To Apply The Sum Of One Hundred Twenty Thousand Pesos (₱120,000.00) Being The Abc To Payments Under The Contract For Purchase Of Office Equipment Hilongos Gf-2025-02-039. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Hilongos Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 10 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 Local Government Unit Of Hilongos And Inspect The Bidding Documents At The Address Given Below During 8:00-12:00 Noon And 1:00 – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 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 Hundred Pesos (₱500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees That Will Be Presented In Person. 6. The Local Government Unit Of Hilongos Will Hold A Pre-bid Conference On February 21, 2025 At 2:00 P.m. At The Office Of The Bids And Awards Committee, 2/f, Engineering Building, Lgu-hilongos, Hilongos, Leyte, 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 March 5, 2025 At 2:30 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 5, 2025 At 2:30 P.m. At The Office Of The Bids And Awards Committee, 2/f, Engineering Building, Lgu-hilongos, Hilongos, Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Hilongos Opt Not To Use Online Bids Submission. 11. The Local Government Unit Of Hilongos Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Ms. Angelina R. Soliano Office Of The Bids And Awards Committee Lgu-hilongos, Capt. D. Vilbar Street, Hilongos, Leyte E-mail Address: A_soliano64@yahoo.com Tel No. (053) 567-7896 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Notices.philgeps.gov.ph February 13-20, 2025 Romeo C. Fermano, J.d. Bac - Chairperson
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Others...+3Electronics Equipment, Electrical Cables And Wires, Electrical and Electronics
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Details: Https://marketplace.unisonglobal.com/fbweb/fbobuydetails.do?token=hoebqvzgf1rjlj1p%2bcx7a85n8fi26%2fedyaaaaaheaagagtfcgg%2ffzzqqbjaayvxba0or click The Link Below Titled Solicitation And Buy Attachments And Bid Directly Through The Unison Website. Emailed Quotes Will Not Be Considered.
City Of General Santos , South Cotabato Tender
Healthcare and Medicine
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 4 Million (USD 69.4 K)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Biphasic Isophane Human Insulin 70/30 (recombinant Dna) 100 Iu/ml, 10 Ml 90,000.00 2. Bupivacaine + Dextrose 0.5% + 8% 4 Ml Solution For Injection 500,000.00 3. Loperamide 2 Mg 300.00 4. Multivitamins Per 1 Ml, 15 Ml Oral Drops 3,500.00 5. Oxytocin 10 Iu/ml, 1 Ml Solution For Injection 270,000.00 6. Phenytoin 50 Mg/ml, 5 Ml Solution For Injection 55,000.00 7. Potassium 600 Mg 26,000.00 8. Propofol 10 Mg/ml, 20 Ml Emulsion For Injection 140,000.00 9. Risperidone 2 Mg 6,000.00 10. Allopurinol 100 Mg 4,000.00 11. Ascorbic Acid (vitamin C) 500 Mg 600.00 12. Ascorbic Acid (vitamin C) 100 Mg/5 Ml, 60 Ml Syrup Bottle 2,450.00 13. Ascorbic Acid (vitamin C) 100 Mg/ml, 15 Ml Oral Drops 1,750.00 14. Atracurium 10 Mg/ml, 2.5 Ml (as Besilate) Solution For Injection 113,500.00 15. Betahistine 8 Mg 2,400.00 16. Betahistine 16 Mg 7,500.00 17. Betahistine 24 Mg 7,500.00 Page 2 Of 7 25cb Gsc 103 Total Description Of Articles Item No. 18. Biperiden 2 Mg 1,600.00 19. Bisacodyl 5 Mg 1,000.00 20. Bisacodyl 10mg 12,000.00 21. Bisacodyl 5mg 5,000.00 22. Bupivacaine 0.5%10 Ml Solution For Injection 150,000.00 23. Calcium Carbonate 500 Mg 2,500.00 24. Carbetocin 100 Mcg/ml, 1 Ml Solution For Injection 240,000.00 25. Carboprost 125 Mcg/0.5 Ml, 0.5 Ml Solution For Injection 100,000.00 26. Celecoxib 200 Mg 5,000.00 27. Celecoxib 400 Mg 5,500.00 28. Cetirizine 2.5 Mg/ml, 10 Ml Oral Drops 13,500.00 29. Cetirizine 5 Mg/5 Ml, 60 Ml Syrup 3,500.00 30. Cetirizine 10mg 1,500.00 31. Chlorphenamine (chlopheniramine) 4 Mg 80.00 32. Colchicine 500 Microgram 1,000.00 33. Dexamethasone 4 Mg/ml, 2 Ml Solution For Injection 20,000.00 34. Dicycloverine (dicyclomine) 10 Mg/5 Ml, 60 Ml Syrup 5,000.00 35. Dicycloverine (dicyclomine) 10 Mg 250.00 36. Diphenhydramine 25 Mg/ml, 1 Ml Solution For Injection 25,000.00 37. Diphenhydramine 50 Mg 500.00 38. Domperidone 10 Mg 4,000.00 39. Domperidone 1 Mg/ml, 60 Ml Suspension 10,000.00 40. Ferrous Salt 325 Mg 1,000.00 41. Ferrous Salt + Folic Acid 1,500.00 42. Gabapentin 100 Mg 7,500.00 43. Gabapentin 300 Mg 10,000.00 Page 3 Of 7 25cb Gsc 103 Total Description Of Articles Item No. 44. Gliclazide 80 Mg 2,500.00 45. Haloperidol 5 Mg 1,500.00 46. Haloperidol 5 Mg/ml, 1 Ml Solution For Injection 36,000.00 47. Hyoscine 10 Mg (as N Butyl Bromide) 1,000.00 48. Hyoscine 20 Mg/ml, 1 Ml (as N Butyl Bromide) 17,500.00 49. Ibuprofen 100 Mg/5 Ml, 60 Ml Oral Suspension 3,500.00 50. Ibuprofen 200 Mg 1,050.00 51. Insulin Glargine 100 Iu/ml, 3 Ml Pre Filled Pen 300,000.00 52. Iron Sucrose 20 Mg/ml, 5 Ml Solution For Injection 30,000.00 53. Isoxsuprine 5 Mg/ml, 2 Ml Solution For Injection 54,000.00 54. Isoxsuprine 10 Mg 3,600.00 55. Ketorolac 30 Mg/ml, 1ml 75,000.00 56. Lactulose 3.3 G/5 Ml (3.35 G/5 Ml), 120 Ml Syrup 28,800.00 57. Lidocaine 2%, 1.8 Ml Carpule (with Epinephrine) 75,000.00 58. Lidocaine 10%, 50 Ml Spray 100,000.00 59. Lidocaine 2%, 5 Ml Solution For Injection 50,000.00 60. Loratadine 10mg 800.00 61. Magnesium Sulfate 250 Mg/ml, 10 Ml Solution For Injection 108,000.00 62. Mefenamic Acid 250mg 300.00 63. Mefenamic Acid 500 Mg 2,000.00 64. Metformin 500 Mg Film Coated 6,000.00 65. Methyergometrine 200mcg/ml,1ml 35,000.00 66. Metoclopramide 5 Mg/ml, 2 Ml Solution For Injection 6,000.00 67. Metoclopramide 10 Mg 360.00 68. Multivitamins Per 5 Ml, 60 Ml Syrup 5,500.00 69. Multivitamins Capsule 1,900.00 Page 4 Of 7 25cb Gsc 103 Total Description Of Articles Item No. 70. Neostigmine 500 Mcg/ml, 1 Ml Solution For Injection 34,500.00 71. Omeprazole 40 Mg 4,000.00 72. Omeprazole 20 Mg 1,000.00 73. Paracetamol 250 Mg 9,800.00 74. Paracetamol 250 Mg/5 Ml, 60 Ml Oral Suspension 15,000.00 75. Paracetamol 100 Mg/ml, 15 Ml Oral Drops 6,000.00 76. Paracetamol 125 Mg Suppository 11,000.00 77. Paracetamol 150 Mg/ml, 2 Ml Solution For Injection 24,000.00 78. Paracetamol 500 Mg 3,300.00 79. Paracetamol 120 Mg/5 Ml (125 Mg/5 Ml), 60 Ml Syrup Bottle 13,000.00 80. Phenytoin 100 Mg 1,800.00 81. Phytomenadione (phytonadione, Vitamin K1) 10 Mg/ml, 1 Ml Solution For Injection 40,000.00 82. Potassium Chloride 2 Meq/ml, 20 Ml Solution For Injection 67,500.00 83. Potassium Chloride 750 Mg (equiv. To 10 Meq Potassium) Sustained Release 40,000.00 84. Propylthiouracil 50 Mg 19,000.00 85. Ranitidine 150 Mg 320.00 86. Ranitidine 25 Mg/ml, 2 Ml (as Hydrochloride) 11,500.00 87. Regular, Insulin (recombinant Dna Human) 100 Iu/ml, 10 Ml Solution For Injection 104,400.00 88. Ropivacaine 10 Mg/ml, 10 Ml Solution For Injection 35,700.00 89. Sevoflurane 250 Ml Volatile Liquid For Inhalation 545,000.00 90. Sucralfate 1 G 4,000.00 91. Suxamethonium (succinylcholine) 20 Mg/ml, 10 Ml Solution For Injection 94,500.00 92. Terbutaline 500 Mcg/ml, 1 Ml Solution For Injection 9,000.00 93. Tramadol 50 Mg/ml, 2 Ml Solution For Injection 80,000.00 94. Tramadol 50 Mg Capsule 50 Mg 1,200.00 95. Valproic Acid 500 Mg 1,138.00 Page 5 Of 7 25cb Gsc 103 Total Description Of Articles Item No. 96. Vitamin B1 + Vitamin B12 + Vitamin B6 100 Mg + 100 Mg + 1 Mg /ml, 3 Ml Solution For Injection 7,000.00 97. Vitamin B1 + Vitamin B12 + Vitamin B6 100 Mg + 5 Mg + 50 Mcg 2,000.00 98. Zinc 55mg/5 Ml Solution, Syrup, 60 Ml 17,500.00 99. Zinc Sulfate (10 Mg/ml, 15 Ml, Drops) 15,000.00 Complete Bid Is Required. Expiration Of Drug Products Delivered Shall Be 18 Months From The Date Of Delivery And Manufacturing Date Shall Be Two (2) Years From The Date Of Delivery. The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Procurement Of Neurologic Drugs For Djprh. Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) 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. 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. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting February 12, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On 02/20/2025 2:00:00pm At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 4, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 4, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 6 Of 7 25cb Gsc 103 *25cb Gsc 103* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 98 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental 2nd District Engineering Office Balase St., El Salvador City, Misamis Oriental Region X Invitation To Bid For 25kl0128 - Construction Of Road From Barangay Dulong, Libertad To Barangay Quezon, Gitagum, Leading To Misamis Oriental West Diversion Road (mowdr), Misamis Oriental "1. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office, Through The Nga The National Expenditure Program (nep) Intends To Apply The Sum Of P98,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25kl0128 - Construction Of Road From Barangay Dulong, Libertad To Barangay Quezon, Gitagum, Leading To Misamis Oriental West Diversion Road (mowdr), Misamis Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening." "2. 2. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works:" Name Of Contract: Construction Of Road From Barangay Dulong, Libertad To Barangay Quezon, Gitagum, Leading To Misamis Oriental West Diversion Road (mowdr), Misamis Oriental Contract Id: 25kl0128 Location: Gitagum And Libertad, Misamis Orinetal Scope Of Works: Construction Of Concrete Road Approved Budget For The Contract: ₱98,000,000.00 Contract Duration: 290 "3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A, Medium B, Large A, Large B, (2) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (3) 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 Misamis Oriental 2nd District Engineering Office And Inspect The Bidding Documents At Balase St., El Salvador City During Weekdays From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 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 500.00 For Abc Costing 500,000 And Below; Php 1,000.00 For Abc Costing More Than 500,000 Up To 1m; Php 5,000.00 For Abc Costing More Than 1m Up To 5m; Php 10,000.00 For Abc Costing More Than 5m Up To 10m; Php 25,000.00 For Abc Costing More Than 10m Up To 50m; Php 50,000.00 For Abc Costing More Than 50m Up Tp 500m; Php 75,000.00 For Abc Costing More Than 500m. 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 Misamis Oriental 2nd District Engineering Office Will Hold A Pre-bid Conference On February 20, 2025 @ 1:00pm At Misamis Oriental 2nd Deo Conference Room, 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. "in Accordance With The Department's Citizen's Charter (attached As Annex ""a"") And Unnumbered Memorandum Dated December 27, 2001 (attached As Annex ""b""), Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary C. Letter Of Intent (for Foreign Funded Projects) " 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_misamisoriental2 For Electronic Submission On Or Before March 4, 2025 @ 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. "11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. " 12. Bid Opening Shall Be On March 4, 2025 At 1:00 Pm After Convening Of The Bac At Misamis Oriental 2nd Deo Conference Room And Through Live Streaming: Dpwh Misamis Oriental 2nd Deo Https://youtube.com/@dpwhmisor2nddeo?si=ccqqnwdlsenfa3zn . 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. "13. In Consistent Of The Do 127 S 2018, “if At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid”." 14. The Misamis Oriental 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. 15. For Further Information, Please Refer To: Ryan S. Dy Harry A. Rapliza Chief, Quality Assurance Section Engineer Ii Bac Chairperson Bac Secretariat Head Misamis Oriental 2nd Deo Misamis Oriental 2nd Deo 74215 74217 Dy.ryan@dpwh.gov.ph Rapliza.harry@dpwh.gov.ph " For Downloading Of Bidding : Www.philgeps.gov.ph Documents : Www.dpwh.gov.ph For Online Bid Submission : Electronicbids_misamisoriental2@dpwh.gov.ph " February 13, 2025 Approved By: Ryan S. Dy . Chief, Quality Assurance Section Bac Chairperson
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid For Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Rehabilitation Of Multi-purpose Building, Brgy. Binukawan, Bagac, Bataan – Contract Id No. 25co0034 1. The Dpwh – Bataan 3rd District Engineering Office, Through The Gaa Fy 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 25co0034: Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Rehabilitation Of Multi-purpose Building, Brgy. Binukawan, Bagac, Bataan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bataan 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works. Name Of Contract : Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Rehabilitation Of Multi-purpose Building, Brgy. Binukawan, Bagac, Bataan Contract Id No. : 25co0034 Locations : Bagac, Bataan Scope Of Works : Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine 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 (ra) No. 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 Dpwh – Bataan 3rd District Engineering Office And Inspect The Bidding Documents At The Bac – Secretariat/ Procurement Unit, This Office From 8:00 A.m. – 5:00 P.m. During Weekdays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 – March 6, 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. 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 Dpwh – Bataan 3rd District Engineering Office Will Hold A Pre-bid Conference On February 20, 2025 – 9:00 A.m. At The Conference Room, Procurement Unit, Dpwh-bataan 2nd Deo And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 878 7580 7197 And Passcode: Dpwhbat3) And Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo), 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_bataan3@dpwh.gov.ph) For Electronic Submission From February 13, 2025 To March 6, 2025 Before 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 6, 2025 At 10:00 A.m. At The Conference Room, Procurement Unit, Dpwh-bataan 2nd Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bataan3_deo). Late Bids Shall Not Be Accepted. 12. The Dpwh – Bataan 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, 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 The 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 Revised Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Katrina M. Lacanlale Head, Bac Secretariat Dpwh – Bataan 3rd Deo Temporary Headquarters, Dpwh Bataan 2nd Deo Compound, Vicarville Subd., Bagong Silang, Balanga City, Bataan 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan3@dpwh.gov.ph Date Of Issue: February 13, 2025 ________________________________ Henry John U. Morada Assistant District Engineer Bac - Chairperson
7431-7440 of 10000 active Tenders