Website Tenders
Website Tenders
Province Of Davao Del Norte Tender
Food Products
Philippines
Details: Description 1 The Provincial Government Of Davao Del Norte, Through The Following Source Of Funds; Lot 1 B20250066 Emergency Preparedness Project - Welfare Goods Expenses (50203060) Intends To Apply The Sum Of The Corresponding Approved Budget For The Contract (abc) To Payments Under The Following Contracts With Pr# 2025010017 For The Procurement Of Goods. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2 The Provincial Government Of Davao Del Norte Now Invites Bids For The Procurement Of Goods, To Wit: Lot No: 1 Bid No.: B20250066 P.r. No.: 2025010017 Bid Description: Procurement Of Rice & Canned Goods For The Use Of Pswdo- Stockpiling Of Food Items Abc: 884,000.00 Rate: ₱1,000.00 Delivery Term: 10 Calendar Days 3 The Prospective Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid, An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. However, In The Case Of Expendable Supplies, Said Slcc Must Be At Least Twenty Five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 4 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. 5 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. 6 Prospective Bidders May Obtain Further Information From Provincial Government Of Davao Del Norte And Inspect The Bidding Documents At The Address Given Below During 8:00 Am-5:00 Pm Mondays To Fridays. 7 A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025 To March 5, 2025 At 8:00 Am To 5:00 P.m. From The Given Address And Website(s) Specifically At: Bac Secretariat Office, 2f Pgso Bldg., Government Center, Mankilam, Tagum City, Province Of Davao Del Norte Or At Http://www.davaodelnorte.gov.ph/index.php/bid-opportunities/bidding-invitations: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Reflected In Item No. 2. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 8 The Provincial Government Of Davao Del Norte Will Hold A Pre-bid Conference On February 20, 2025 At 9:00 Am At The Provincial General Services Office Conference Room, 2f Pgso Bldg., Government Center, Mankilam, Tagum City, Davao Del Norte Which Shall Be Open To All Interested Parties. 9 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before March 6, 2025 At 9:00 Am At The Provincial General Services Office Conference Room, 2f Pgso Bldg., Government Center, Mankilam, Tagum City, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. 10 All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11 Bid Opening Shall Be On March 6, 2025 At 9:00 Am. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12 The Provincial Government Of Davao Del Norte 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. Ralph P. Dela Cruz, Lt. Col., Pa (ret) Bac Chairperson Provincial Administrator Government Center, Mankilam, Tagum City" "bac Secretariat Office Province Of Davao Del Norte 2f Pgso Bldg., Government Center, Mankilam, Tagum City Cellphone No. +63999-222-1967 Local: 2320 Email Address: Bacddn5@gmail.com Website Address: Www.davaodelnorte.gov.ph" 14 You May Visit This Website: For Downloading Of Bidding Documents: Http://www.davaodelnorte.gov.ph/index.php/bid-opportunities/bidding-invitations Atty. Ralph P. Dela Cruz, Lt. Col., Pa (ret) Provincial Administrator Bac Chairperson Published Date: February 12, 2025
Closing Date6 Mar 2025
Tender AmountPHP 884 K (USD 15.2 K)
City Of Sorsogon Tender
Others
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Sports And Athletic Supplies For The 2025 Palarong Bicol Gs 2025-02-009 1. The City Government Of Sorsogon Through The Sef Intends To Apply The Sum Of One Million Twenty-six Thousand Four Hundred Ninety-seven Pesos & 0/100 (₱ 1,026,497.00) Only Being The Abc To Payments Under The Contract For The Supply And Delivery Of Sports And Athletic Supplies For The 2025 Palarong Bicol Under Identification Number Gs 2025-02-009. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Sorsogon Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within (15) Fifteen 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 Of The 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 The City Government Bids And Award Committee And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 3:00pm Only. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 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 (php 5,000.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees After Payment Has Been Made. 6. The City Government Bac Will Hold A Pre-bid Conference1 On February 20, 2025 @ 9:00 A.m. At The Bac Office, City Hall, Cabid-an, East Dist. Sorsogon 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 Indicated Below, On Or Before March 5, 2025 @ 08:00 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 14. 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 9. Bid Opening Shall Be On March 5, 2025 @ 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Sorsogon 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: Dina A. Dondonilla Head – Bac Secretariat Bids And Awards Committee City Hall, Cabid-an , East District, Sorsogon City Website : Sorsogoncity.gov.ph Email : Sorsogoncity19@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Notices.philgeps.gov.ph Alternative Link For Philippine Bidding Documents / (detailed Engineering Plan For Infra) : Https://sorsogoncity.gov.ph > Transparency > Bac Bulletin Board > Open Opportunities > Goods Dr. Rolando E. Dealca Bac Chairperson February 12, 2025 Issuance Date
Closing Soon5 Mar 2025
Tender AmountPHP 1 Million (USD 17.7 K)
Municipality Of Ginatilan, Cebu Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Municipality Of Ginatilan, Cebu Invitation To Bid For The Concreting Of F. Jomuad Street – Municipal Road 1. The Municipality Of Ginatilan, Cebu, Through The Tf – Prov’l. Assistance & Gf-20% Edf Cy 2025 Intends To Apply The Sum Of Two Million Pesos Only (php 2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting Of F. Jomuad Street – Mun. Road – 2025-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Ginatilan, Cebu 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 Municipality Of Ginatilan, Cebu And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12 To March 5, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Municipality Of Ginatilan, Cebu Will Hold A Pre-bid Conference On February 19, 2025, Wednesday, At 1:30 Pm At Ginatilan New Municipal Session Hall, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before March 5, 2025, Wednesday At 1:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 5, 2025, Wednesday At 1:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Ginatilan, Cebu 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: Eng’r. Cherryl B. Andicoy Lgu Ginatilan Ginatilan, Cebu (032) 478-9098/9235 Lgu_ginatilan@yahoo.com.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.ginatilancebuph.net Cherryl B. Andicoy Bac Chairman
Closing Soon5 Mar 2025
Tender AmountPHP 2 Million (USD 34.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0525: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Flood Mitigation Structures Protecting Public Infrastructures/facilities - Rehabilitation Of Drainage Canal Structure, Barangay 16 San Roque Ii, Bacarra, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,866.52 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0525 - Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Flood Mitigation Structures Protecting Public Infrastructures/facilities - Rehabilitation Of Drainage Canal Structure, Barangay 16 San Roque Ii, Bacarra, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 96 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; ≤ 15m ; Allowable Range Of Contract Cost Up To Php 30m. 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) O 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 Of The Bid. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43 Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12 – March 4, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement 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 Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On February 19, 2025, 10:00 A.m. At Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before March 4, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 4, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First 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 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. 14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 12, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted By: Glenn C. Miguel District Engineer
Closing Soon4 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.6 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building At Barangay Poblacion, Pulilan, Bulacan Contract Id No. : 25cc0434 Locations : Pulilan, Bulacan Scope Of Works : Construction Of Two-storey Multi-purpose Building With Micro Pile, 23.00m X7.00m Lot Area Approved Budget For The Contract : P19,799,332.42 Contract Duration : 180 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan 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 12, 2025 To March 4, 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 Stated Above 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 – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On February 19, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 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_bulacan1@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 15. 11. Bid Opening Shall Be On March 4, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 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 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: February 12, 2025– March 4, 2025
Closing Soon4 Mar 2025
Tender AmountPHP 19.7 Million (USD 342.1 K)
TRANSPORTATION SECURITY ADMINISTRATION USA Tender
Security and Emergency Services
United States
Details: 70t05025r5900n002 Is The Official Indefinite Delivery, Indefinite Quantity (idiq) Solicitation For Security Screening Services At Airports Nationwide, Under The Transportation Security Administration’s (tsa) Screening Partnership Program (spp). These Services Include Comprehensive Screening Of Passengers And Baggage At Airports Participating In The Spp. The Applicable North American Industry Classification System (naics) Code For This Requirement Is 488190.
the Spp Provides An Operational Capability Of Indefinite Duration, And It Is Expected To Continue As Long As Airport Passenger, Baggage And Counter-to-counter Cargo Screening Are Required. Tsa Plans To Acquire Screening Services From Commercial Vendors Through A 10-year, Multiple Award Idiq With A Series Of Task Orders, Each Of Which Will Typically Span A Base Year And Up To Four One-year Options.
the Idiq Ordering Period Is Anticipated To Be September 2025 Through August 2035. Upcoming Task Orders May Be Tailored To The Specific Needs Of The Airport And Tsa.
the Government Anticipates Awarding Approximately Nine Small Business Idiq Awards And Approximately Six Awards To Other Than Small Businesses But Reserves The Right To Award Fewer Or Additional Contracts Based On The Government Consideration For Enhanced Competition And/or Operational Efficiency. Future Airport Task Order Solicitations Will Be Provided To Only The Companies That Are Awarded An Idiq Contract.
comments Or Correspondence Must Be Submitted In Accordance With The Information/instructions Contained In The Solicitation. Potential Offerors Are Hereby Notified That The Solicitation And Subsequent Amendments To The Solicitation Will Only Be Available On The System For Award Management (sam) Website, Www.sam.gov.
prospective Offerors Are Notified That Requests For Clarification Regarding A Specific Solicitation, Or Communication With The Contracting Officer, Must Be Specific To The Solicitation And Follow Its Specific Instructions. Clarifications Submitted Through Instructions Not Intended For That Solicitation Will Not Be Addressed Or Responded To. Prospective Offerors Are Responsible For Downloading The Request For Proposal (rfp) And All Attachments.
Closing Date13 Mar 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2024 Unprogrammed Appropriations (ua) Local Program National Building Program Buildings And Other Structures Construction Of Isaac Tolentino Memorial Medical Center, Phase 1, Barangay Guinhawa South, Tagaytay City, Cavite Contract Id No. : 24d00299 Contract Location : Cavite Province Scope Of Works : The Scope Of Works For Fy 2024 Unprogrammed Appropriations (ua) Local Program National Building Program Buildings And Other Structures Construction Of Isaac Tolentino Memorial Medical Center, Phase 1, Barangay Guinahawa South, Tagaytay City, Cavite Are Earthworks, Plain And Reinforced Concrete Work And Finishing And Other Civil Works For The Construction Of The Perimeter Fence. Approved Budget For The Contract : ₱48,250,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2024 Unprogrammed Appropriations (ua) Convergence And Special Support Program Basic Infrastructure Program (bip) Muti-purpose Buildings/ Facilities To Support Social Services Construction Of Tagaytay Tourist (iconic Tower) (phase 8), Brgy. Kaybagal South, Tagaytay City, Cavite Contract Id No. : 24d00303 Contract Location : Cavite Province Scope Of Works : The Scope Of Works For Fy 2024 Unprogrammed Appropriations (ua) Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/facilities To Support Social Services Construction Of Tagaytay Tourist (iconic Tower) (phase 8), Brgy. Kaybagal South, Tagaytay City, Cavite Are Structural Works From Tower Service (ts) 7 To Restaurant Level 1. These Structural Works Include Reinforced Beams And Girders, Suspended Slabs, Shearwall, And Stairs. Approved Budget For The Contract : ₱198,000,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Construction Of Drainage Along Bacoor Diversion Road, Cavite Contract Id No. : 24d00309 Contract Location : Cavite Province Scope Of Works : Proposed Construction Of Drainage Along Bacoor Diversion Road Using Reinforced Concrete Box Culvert, Double Barrel On Section I And Hdpe Pipe On Section Ii, Concreting Of 6 Lanes Carriageway With 280 Mm. Thick Pccp, And Installation Of Solar Led Streetlights Using 12m Pole, 300 Watts, And 1.5 M Mast Arm Spaced At 20m On Both Sides. Approved Budget For The Contract : ₱115,800,000.00 Net Length : Concreting - 520 L.m. (3.12 Lane Km.); Drainage - 1,040.00 L.m. Street Lights - 52.00 Pcs. Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lian Diversion Road, Package B, Batangas Contract Id No. : 25d00001 (re-advertisement) Contract Location : Batangas Province Scope Of Works : Opening And Concreting Of 4-lane Road With 1.50m Width Gravel Shoulder On Both Sides And Construction Of Stone Masonry With Metal Guardrails On Fill Sections On Both Sides. Approved Budget For The Contract : ₱26,055,000.00 Net Length : Road Opening: 80.00 L.m. (0.32 Lane Km); Road Concreting: 385.00 L.m. (1.54 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Msr Jct Canda - Hondagua-roma Point Road, Package C Contract Id No. : 25d00012 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Construction Of 21st Pier Of The Bridge Connecting Alabat Island To Lopez Quezon. For 21st Pier Construction Of 13 – 2.00m Dia. Concrete Drilled Piles Including Craneway. Approved Budget For The Contract : ₱188,175,000.00 Net Length : Bridge: 30,400.12 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Juanito R. Remulla, Sr. Rd – K0040 + 627 - K0042 + 591 Contract Id No. : 25d00041 (re-advertisement) Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 7.836 Lane-km Carriageway In Juanito R. Remulla, Sr. Rd (cavite) Including Necessary Reblocking Of Damaged Portions Of The Concrete Pavement. Approved Budget For The Contract : ₱144,750,000.00 Net Length : 7.836 Lane-km Asphalt Overlay Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 180 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package Q, Batangas Contract Id No. : 25d00108 (re-advertisement) Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 1 And Bridge 2. Bridge 1 Is A Single Span One Lane Bridge Of 40m Aashto Pscg And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.80m Diameter Bored Pile And Other Miscellaneous Items. Bridge 2 Is A Two Span Which Composed Of 20m And 35m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Construction Of 222 Number Of Double Arm Streetlights With 12 Meters Mounting Height, 100 Watts, Mast Arm Of 3 Meters And Spacing Of 25 Meters. Approved Budget For The Contract : ₱193,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Msr Jct Canda - Hondagua Roma Point - Quezon Road, Quezon, Package B Contract Id No. : 25d00146 Contract Location : Quezon Province Scope Of Works : Construction Of 21st Pier Of The Bridge Connecting Alabat Island To Lopez Quezon. For 21st Pier Construction Of 7 – 2.00m Dia. Concrete Drilled Piles Including Craneway. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Bridge : 30,400.12 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 255 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Road Widening - Primary Roads Maharlika Highway – K0235 + 580 - K0236 + 051 Contract Id No. : 25d00170 Contract Location : Quezon Province Scope Of Works : Proposed Road Widening Of Additional 2 Lanes (300mm Thick Pccp, 150mm Thick Portland Cement Stabilized Road Mix Base Course, And 150mm Thick Subbase Course), Shoulder And Open Lined Canal On B/s, Stone Masonry On L/s, And Relocation Of Double Roller Safety Barrier System. Approved Budget For The Contract : ₱31,987,820.00 Net Length : Road Widening (0.942 Lane Km.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Tagkawayan-labo Diversion Road (tagkawayan Section), Package C, Quezon Contract Id No. : 25d00185 Contract Location : Quezon Province Scope Of Works : Opening Of 4 Lane Gravel Road Up To Road Concreting (0.28m. Thick), Aggregate Subbase Course (0.25m. Thick), Crushed Aggregate Surface Course (0.15m. Thick), Stone Masonry, Metal Guardrail, Metal Beam End Piece And Installation Of Reflectorized Thermoplastic Pavement Markings (white). Approved Budget For The Contract : ₱110,975,000.00 Net Length : 1,510.00 L.m. (6.04 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 225 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0044 + 000 - K0044 + 553 Contract Id No. : 25d00187 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱53,415,645.00 Net Length : Asphalt Overlay: 553 L.m., 2.2 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway - K0212 + 350 – K0212 + 400, K0212 + 420 - K0212 + 605, K0212 + 800 - K0212 + 874 Contract Id No. : 25d00190 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱15,829,860.00 Net Length : 309 L.m. (0.618 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 60 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 12, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 19, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 04, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 04, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. 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. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 11, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Soon4 Mar 2025
Tender AmountPHP 31.9 Million (USD 552.8 K)
Department Of Education Division Of Gingoog City Tender
Others
Philippines
Details: Description 1. The Deped Schools Division Of Gingoog City, Through The General Appropriation Act (gaa) Fy 2024 Intends To Apply The Sum Of One Million Four Hundred Five Thousand Nine Hundred Sixty-four Pesos Only (php 1,405,964.00) Being The Abc To Payments Under The Contract For Procurement And Delivery Of Technical Vocational Livelihood (tvl) Learning Tools And Equipment -cookery In Deped Gingoog City Division (gcd-goods-001-2025). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Gingoog City Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days From The Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within One (1) Year 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 Deped Schools Division Of Gingoog City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025, From Given Address And Website/s Below Division Conference Bac Room, Deped Building, Brgy. 22, National Highway, Gingoog City, Misamis Oriental: 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 Only (5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Email It To Bac.gingoogcity@deped.gov.ph. 6. The Deped Schools Division Of Gingoog City Will Hold A Pre-bid Conference On February 20, 2025, At 9:00 Am At Division Conference Room, Deped Building, Brgy. 22, National Highway, Gingoog City, Misamis Oriental And/or Through Videoconferencing/webcasting Via Https://meet.google.com/qur-vpow-ymd, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Deped Building, Brgy.22, National Highway, Gingoog City, Misamis Oriental On Or Before March 4, 2025, At 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 4, 2025, At 9:00 Am At The Given Address Below Deped Building, Brgy.22, National Highway, Gingoog City, Misamis Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Deped Schools Division Of Gingoog 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.
Closing Soon4 Mar 2025
Tender AmountPHP 1.4 Million (USD 24.2 K)
Province Of Cotabato Tender
Others
Philippines
Details: Description Republic Of The Philippines Region Xii Province Of Cotabato Bids And Awards Committee Amas, Kidapawan City Invitation To Bid For Supply & Delivery Of Commercial Rice For Distribution To The Serbisyong Totoo Caravan/end Local Armed Conflict (elcac) Activities . (pb-25-107) 1. The Provincial Government Of Cotabato, Through The Annual Budget Approved By The Sanggunian 2025 Intends To Apply The Sum Of P3,999,930.00 Being The Abc To Payments Under The Contract For Supply & Delivery Of Commercial Rice For Distribution To The Serbisyong Totoo Caravan/end Local Armed Conflict (elcac) Activities . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Cotabato Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Cotabato And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13 – March 3, 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 P5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Cotabato Will Hold A Pre-bid Conference At 1:00pm, February 19, 2025 At Bac Conference Room, Provincial Capitol, Amas, Kidapawan City, 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 3, 2025, 11:00am. 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 3, 2025, 1:00pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Cotabato 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: Mr. Charlie C. Baguio Head, Bac Secretariat Provincial Capitol Amas, Kidapawan City (064) 521-8080 Local 1208 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph February 11, 2025 Atty. John Haye C. Deluvio (provincial Legal Officer) Bac Chairman
Closing Soon3 Mar 2025
Tender AmountPHP 3.9 Million (USD 69.1 K)
Philippine Drug Enforcement Agency Tender
Chemical Products
Philippines
Details: Description Invitation To Bid For The Txrf Spectrometer (elemental Analyzer) 1. The Philippine Drug Enforcement Agency (pdea) Through The General Appropriations Act (gaa) 2025 Intends To Apply The Sum Of Seventeen Million Five Hundred Two Thousand Pesos (p17,502,000.00) Being The Approved Budget Of Contract (abc) To Payments Under The Contract For The Txrf Spectrometer (elemental Analyzer) With Bid Reference No. 2025-11. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Philippine Drug Enforcement Agency (pdea) Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Six (6) Months Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within The Last Three Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Philippine Drug Enforcement Agency (pdea) And Inspect The Bidding Documents At The Address Given Below During 9:00 Am To 4:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 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 Twenty-five Thousand Pesos (₱25,000.00): The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Philippine Drug Enforcement Agency (pdea) Will Hold A Pre-bid Conference On February 21, 2025 (friday), 10:00 A.m. At Pdea Lams Conference Room. 7. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below On Or Before March 7, 2025 ((friday), 10:00 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 14. 9. Bid Opening Shall Be On March 7, 2025 10:00 A.m.. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Philippine Drug Enforcement Agency (pdea) 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: Ia V Marian Grace E Cuadrazal Mr. Paul Christian P Cruz Logistics And Administrative Management Service (lams) Nia Northside Road, National Government Center, Brgy. Pinyahan, Quezon City, Philippines Email: Bac@pdea.gov.ph Cellphone No.: 09303483871 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: A. Https://www.philgeps.gov.ph B. Https://www.pdea.gov.ph Date: February 10, 2025 Asec Israel Ephraim T Dickson Chairman, Bids And Awards Committee
Closing Date7 Mar 2025
Tender AmountPHP 17.5 Million (USD 302.4 K)
7451-7460 of 10000 active Tenders