Website Tenders

Website Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 14.8 Million (USD 256.6 K)
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, Plaza Bigaa, Barangay Borol 1st, Balagtas, Bulacan Contract Id No. : 25cc0433 Locations : Balagtas, Bulacan Scope Of Works : Construction Of One-storey Multi-purpose Building With Micro Pile, 181.50 Sq.m. Approved Budget For The Contract : P14,849,660.67 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

Province Of Zamboanga Del Sur Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 9.9 Million (USD 172.8 K)
Details: Description Republic Of The Philippines Region Ix Province Of Zamboanga Del Sur Pagadian City Provincial Capitol, Pagadian City Invitation To Apply For Eligibility And To Bid The Provincial Government Of Zamboanga Del Sur, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid. 01. Contract Ref. No.: Infra 2k25-54 Name Of Project: Concreting Of Barangay Upper Dimaya Road Location: Dinas, Zamboanga Del Sur Category: Access Road Source Of Fund: 20% Edf Cy 2025 Approved Budget For The Contract: P’ 9,999,765.61 Contract Duration: 75 Cd Prospective Bidders Should Possess A Valid Pcab License Application To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Execution Of The Contract. However, Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post- Qualification Of The Single/lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a 9184 And Its Implementing Rules And Regulations (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities /date /place Pre-procurement Conference /february 04, 2025@2:00pm /plo Conference Room, Provincial Capitol Building, Capitol Compound, Pagadian City Advertisement / Posting Of Iaeb /february 17– February 24, 2025 /philgeps Website Issuance Of Bidding Documents /february 17– March 11, 2025 /bac Office, 2nd Floor, Capitol Building, Pagadian City Pre-bid Conference /february 25, 2025@2:00pm /plo Conference Room, Provincial Capitol Building, Capitol Compound, Pagadian City Receipt And Opening Of Bids /march 11, 2025@2:00pm /plo Conference Room, Provincial Capitol Building, Capitol Compound, Pagadian City The Bac Will Issue To Prospective Bidders Checklist Of Eligibility Requirements At The Bac Secretariat Office, Second Floor Capitol Bldg., Pagadian City, Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (p’10,000.00). Prospective Bidders Shall Submit Their Eligibility Requirements To The Bac At The Said Address On February 17, 2025 (office Hours), Until 2:00pm Of March 11, 2025 For The Eligibility Screening. They Also Obtain The Results Of The Eligibility Check By The Bac At The Same Address. The Pre-bid Conference Will Be On February 25, 2025@2:00pm At Plo Conference Room, Provincial Capitol Building, Capitol Compound, Pagadian City. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security Either In A Form Of Bank Guarantee, Cash Or Cashier’s Check Equivalent To 2% Or Surety Bond Equivalent To 5% Of The Abc And Valid For At Least 120 Days From The Date Of The Opening Of Bids. The Provincial Government Of Zamboanga Del Sur Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The Provincial Government Of Zamboanga Del Sur Reserves The Right To Reject Any Of All Bids, To Annul The Bidding Process, And To Reject All Bids Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: (sgd) Margie T. James-lumasag Provincial Assessor Bac Chairperson -infrastructure Province Of Zamboanga Del Sur

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 188.1 Million (USD 3.2 Million)
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

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Details: This Request For Quotation (rfq) Is Being Issued To Establish A Firm Fixed Price (ffp) Contract With Time & Material (t&m) Clins For Ess Maintenance/repair Services At Dla Distribution, Red River Texas. The Government Intends To Award One (1) Contract As A Result Of This Rfq And Will Be Issued On A Standard Form (sf) 1449. This Acquisition Is Not A Defense Priorities And Allocations System (dpas) Rated Procurement. this Rfq Is Being Solicited As A 100% Small Business Set-aside. The North American Industry Classification System (naics) Code For This Acquisition Is 561621 And The Size Standard Is $25.0 Million. The Product Or Service Code (psc) For This Acquisition Is J063. questions Regarding This Solicitation Shall Be Submitted By Electronic Mail To The Acquisition Specialist, Deborah Johnson, Via Email At Deborah.l.johnson@dla.mil , Subject: Sp330025q0048 Rfq Question. Question(s) Must Be Received By 10:00 Am Est On 24 February 2025. Answers To Questions Will Be Posted To The Sam.gov Website Via An Amendment To The Solicitation. all Quotes Must Be Received By Contract Specialist Deborah Johnson Electronically Via Email At Deborah.l.johnson@dla.mil , By 14 March 2025 By 10:00 Am Eastern Standard Time. *please Review All Attachments**

City Of Gapan Tender

Automobiles and Auto Parts
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 5 Million (USD 86.4 K)
Details: Description Republic Of The Philippines City Of Gapan Province Of Nueva Ecija -------------------------------------------------------------------------- Invitation To Bid For The Supply And Delivery Of Two (2)-units 2.8l Diesel Automatic Transmission Monotone Van Car 1. The City Government Of Gapan, Through The Gapan City Police Capital Outlay And Gapan City College Capital Outlay Intends To Apply The Sum Of Five Million Pesos Only (p 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Two (2)-units 2.8l Diesel Automatic Transmission Monotone Van Car (goods – 10 – 2025). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Gapan Now Invites Bids For The Supply And Delivery Of Two (2)-units 2.8l Diesel Automatic Transmission Monotone Van Car (goods – 10 – 2025). Completion Of The Works Is Requiring Thirty (30) Calendar Days Upon Receiving The Notice To Proceed (ntp). Bidders Should Have Completed Within Ten (10) Years A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.”` Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Gapan And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11, 2025 To March 3, 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 Five Thousand Pesos (p 5,000.00). Bids And Awards Committee (bac) Secretariat Office Of The City Engineer 2/f Gapan City Hall Km. 92, Maharlika Highway, Bayanihan, Gapan City, Nueva Ecija 3105 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The City Government Of Gapan Will Hold A Pre-bid Conference On February 18, 2025 At 10:00 Am At Bac Conference Room, 2/f Gapan City Hall Km. 92, Maharlika Highway, Bayanihan, Gapan City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 3, 2025 At 8:30 Am. 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 3, 2025 At 10:00 Am At Bac Conference Room, 2/f Gapan City Hall Km. 92, Maharlika Highway, Bayanihan, Gapan 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. 8. The City Government Of Gapan 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. 9. For Further Information, Please Refer To: Roman P. Baguisa Iii Bac Secretariat Office Of The City Engineer 2/f Gapan City Hall Km. 92, Maharlika Highway, Bayanihan, Gapan City, Nueva Ecija 3105 (0916)-869-7930 Roman.baguisa@gmail.com Cityofgapan.gov.ph Jose Edwin L. Castillo City Planning And Development Officer Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.6 K)
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 25aa0342: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities - Construction Of Road, Barangay 29-30 Karatkat, Vintar, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,970.46 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0342 - Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities - Construction Of Road, Barangay 29-30 Karatkat, Vintar, 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 71 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

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date28 Mar 2025
Tender AmountRefer Documents 
Description: Nsn 7r-3040-016709427-e7, Ref Nr 2581761-1, Qty 8 Ea, Delivery Fob Origin. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted. 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. 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.

Philippine Amusement And Gaming Corporation - PAGCOR Tender

Others
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 2 Million (USD 34.5 K)
Details: Description Invitation To Bid For Procurement Of F&b Provider For Casino Players/guests For Casino Filipino-leisure World For Two (2) Years Under Itb No. Cb25-00-006cora-02 1. The Philippine Amusement And Gaming Corporation (pagcor), Through The Pagcor’s Corporate Budget For Cy 2025 Intends To Apply The Sum Of Two Million Pesos (php2,000,000.00), Vat Exclusive, Zero-rated Transaction, Being The Total Abc To Payments Under The Contract For The Procurement Of F&b Provider For Casino Players/guests For Casino Filipino-leisure World For Two (2) Years. 2. The Pagcor Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Two (2) Years From Receipt By The Winning Supplier Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Pagcor And Interested Bidders May Inspect And Obtain Further Information From The Procurement Processing Department (ppd), Acting As The Bac Secretariat, Of Pagcor And/or Inspect The Bidding Documents At The Third (3rd) Floor, Pagcor Corporate Office, Met Live Building Central Business Park 1-a, Macapagal Boulevard Corner Edsa Extension, Pasay City 1300, During Office Hours Of Pagcor, Monday To Thursday, From 8:00 A.m. To 6:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 12, 2025 (wednesday) Until March 3, 2025 (monday) From The Given Address And Website(s) Below Upon Payment Of Five Thousand Pesos (php5,000.00) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Pagcor Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. Prospective Bidders May Also Download The Bidding Documents Free Of Charge From Www.pagcor.ph And Www.philgeps.gov.ph And May Be Allowed To Submit Bids Provided That Bidders Pay The Applicable Fee Of The Bidding Documents Not Later Than The Deadline For The Submission And Receipt Of Bids. In Effecting Payment For The Bidding Documents, Prospective Bidders Shall Present Either The Payment Slip, Which May Be Secured From The Ppd, Or A Copy Of This Invitation To Bid (itb) To Pagcor’s Cashier, Located At The Ninth (9th) Floor, Pagcor Corporate Office, Met Live Building, Central Business Park 1-a, Macapagal Boulevard Corner Edsa Extension, Pasay City 1300. 6. The Pagcor Will Hold A Pre-bid Conference On February 19, 2025 (wednesday), 9:00 A.m. At The Pagcor Bidding Hall, Third (3rd) Floor Pagcor Corporate Office, Met Live Building, Central Business Park 1-a, Macapagal Boulevard Corner Edsa Extension, Pasay City 1300, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before March 3, 2025 (monday), 2:00 P.m. Addressed To Pagcor Bac At The Pagcor Bidding Hall, Third (3rd) Floor Pagcor Corporate Office, Met Live Building, Central Business Park 1-a, Macapagal Boulevard Corner Edsa Extension, Pasay City 1300. 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 (monday), 2:00 P.m. Onwards At The Pagcor Bidding Hall, Third (3rd) Floor Pagcor Corporate Office, Met Live Building, Central Business Park 1-a, Macapagal Boulevard Corner Edsa Extension, Pasay City 1300. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bidders Shall Bear All Costs Associated With The Preparation And Submission Of Their Bids, And Pagcor Will In No Case, Be Responsible Or Liable For Those Costs, Regardless Of The Conduct Or Outcome Of The Bidding Process. Bidders Should Note That Pagcor Will Only Accept Bids From Those That Have Paid The Applicable Fee For The Bidding Documents. Pagcor Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. In Accordance With Government Procurement Policy Board (gppb) Circular 06-2005 - Tie-breaking Method, The Bids And Awards Committee (bac) Shall Use A Non-discretionary And Non-discriminatory Measure Based On Sheer Luck Or Chance, Which Is “draw Lots,” In The Event That Two (2) Or More Bidders Have Been Post-qualified And Determined As The Bidder Having The Lowest Calculated Responsive Bid (lcrb) To Determine The Final Bidder Having The Lcrb, Based On The Following Procedures: A) In Alphabetical Order, The Bidders Shall Pick One Rolled Paper. B) The Lucky Bidder Who Would Pick The Paper With A “congratulations” Remark Shall Be Declared As The Final Bidder Having The Lcrb And Recommended For Award Of The Contract. 11. The Pagcor 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: Edgardo S. Rebueno – Procurement Officer I Gloria S. Alberto – Acting Senior Procurement Officer (a/spo) Procurement Processing Department 3rd Floor, Pagcor Corporate Office, Met Live Building, Central Business Park 1-a, Macapagal Boulevard Corner Edsa Extension, Pasay City 1300 Edgardo.rebueno@pagcor.ph Tel Nos.: (02) 8522-0299 Local 7421. Www.pagcor.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.pagcor.ph Or Www.philgeps.gov.ph Date Of Issue: February 12, 2025: _______________________________ Bgen Rafael A Sera Jose (ret) Chairperson Bids And Awards Committee (bac)

Jharkhand Agency For Promotion Of Information Technology - JAPIT Tender

Services
Software and IT Solutions
India
Closing Soon27 Feb 2025
Tender AmountRefer Documents 
Description: Selection Of System Integrator For Website Revamping, Seo, Mobile App Development And Maintenance For Dept. Of Tourism, Goj

Quezon City Tender

Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 1.2 Million (USD 21.9 K)
Details: Description Invitation To Bid For Rental Of Multi-functioning Photocopying Machine (full Color) For Twelve (12) Months Philsa Pb No. 2025-001 The Philippine Space Agency, Through The General Appropriations Act For Fiscal Year 2025 Per Republic Act No. 11975 Intends To Apply The Sum Of One Million Two Hundred Seventy Thousand Pesos (php 1,270,000.00) With Project Identification No. Philsa Pb No. 2025-001 Being The Abc To Payments Under The Contract For Each Lot/item. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Item Description: Rental Of Multi-functioning Photocopying Machine (full Color) For Twelve (12) Months Approved Budget For The Contract (php): 1,270,000.00 Price Of Bid Documents (php): 5,000.00 Lot No.: 1 Lot Project No.: 2025-001 The Philippine Space Agency Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Per The Attached Schedule Of Requirements (section 6). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Philippine Space Agency And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00 Pm, Monday To Friday, Except Those Declared As Holidays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025 – March 04, 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. 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 The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. The Philippine Space Agency Will Hold A Pre-bid Conference On February 18, 2025, 10:00am At The Philsa Office At 29th Floor, Cyber One Building, 11 Eastwood Avenue, Eastwood City Cyberpark, Bagumbayan, Quezon City, Philippines, 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 04, 2025, 9:30 Am. Late Bids Shall Not Be Accepted. Bidders Are Encouraged To Properly Use Tabs And Identify The Documents Submitted For Ease Of Reference In The Opening Of The Bids. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. The Opening Of Bids On March 04, 2025, 10:00 Am Shall Be Conducted At The Philsa Office At 29th Floor, Cyber One Building, 11 Eastwood Avenue, Eastwood City Cyberpark, Bagumbayan, Quezon City, Philippines. Bidders Who Will Submit Bids Are Enjoined To Attend The Opening Of Bids, Face To Face, At The Philsa Office. No Videoconferencing Link Shall Be Provided For This Meeting. The Philippine Space Agency 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:  Head, Bac Secretariat  Bids And Awards Committee (bac)  ℅ General Services Division  Philippine Space Agency (philsa)  29th Floor, Eastwood Cyberone Building Eastwood Ave, Bagumbayan, Quezon City, Philippines 1800  Procurement@philsa.gov.ph  Tel. No. (+632) 856 899 31  You May Visit The Following Websites:  For Downloading Of Bidding Documents: The Philsa Official Website At Philsa.gov.ph.  February 12, 2025
7491-7500 of 10000 active Tenders