Website Tenders
Website Tenders
Municipality Of Alamada, Cotabato Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Region Xii Province Of Cotabato Municipality Of Alamada Office Of The Bids And Awards Committee (bac) Invitation To Bid For: 25-02-163 Purchase Of Meals And Snacks For The Vice Mayors’ Office Operations For 2nd Qrtr. Cy 2025, Alamada, Cotabato The Local Government Unit Of Alamada, Through The 1016-5-02-09-030 Intends To Apply The Sum Of P 218,750.00 Being The Abc To Payments Under The Contract For 25-02-163 Purchase Of Meals And Snacks For The Vice Mayors’ Office Operations For 2nd Qrtr. Cy 2025, Alamada, Cotabato. 1. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Alamada Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 40 Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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. 5. Prospective Bidders May Obtain Further Information From Local Government Unit Of Alamada And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays 9:00am To 4:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 To 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, In The Amount Of P 400.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Thru Cash. 7. The Local Government Unit Of Alamada Will Hold A No Pre-bid Conference. 8. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before March 04, 2025. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On March 04, 2025 At 10:00am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] – Not Available 12. The Local Government Unit Of Alamada 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 Sections35.6 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: Ignacio V. De Guzman, Jr., Mpa, Rea Municipal Assessor/ Bac Head Secretariat Office Of The Bids And Awards Committee 09204929937/ 09159740173 Zobaidapelandoc@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Visit Philgeps February 13, 2025 Noli S. Doromal, Mpa Municipal Budget Officer Bac Chairperson 09496000400
Closing Soon4 Mar 2025
Tender AmountPHP 218.7 K (USD 3.7 K)
Province Of Cotabato Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Region Xii Province Of Cotabato Bids And Awards Committee Amas, Kidapawan City Invitation To Bid Construction Of Covered Court For Brgy. Site, Brgy. Puting Bato Banisilan, Cotabato Pb Infra 25-086 1. The Provincial Government Of Cotabato Through The Annual Budget Approved By The Sanggunian Intends To Apply The Sum Of Six Million Pesos Only, (p6,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Pb Infra 25-086 –construction Of Covered Court For Brgy. Site, Brgy. Puting Bato, Banisilan, Cotabato. 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. Completion Of The Works Is Required In 200 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within Five (5) Years From The Date Of Submission And Receipt Of Bids. 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 Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 Pm Starting February 14, 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 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 Ten Thousand Pesos Only (p10,000.00) At The Provincial Treasurer’s Office, Amas, Kidapawan City. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person Only. 6. The Provincial Government Of Cotabato Will Hold A Pre-bid Conference On February 24, 2025. 2:00 P.m. At Bac Conference Room, Ground Floor, Capitol Building, Amas, Kidapawan City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before March 10, 2025, 11:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 10, 2025, 1:00 P.m. At The Bac Conference Room, Ground Floor, Capitol Building, Amas, Kidapawan City. 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 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: Charlie C. Baguio Head, Bac Secretariat Bac Office, Ground Floor, Capitol Building, Amas, Kidapawan City, 9400 (064)5218080 Ext. 1208 Admin@cotabatoprov.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps.gov.ph Atty. John Haye C. Deluvio Bac Chairperson Provincial Legal Officer
Closing Date10 Mar 2025
Tender AmountPHP 6 Million (USD 103.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pampanga 1st District Engineering Office Sindalan City Of San Fernando (p) Invitation To Bid For: 25cg0074 : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Access Roads And/or Bridges From The National Road/s Leading To Major / Strategic Public Buildings / Facilities – Improvement Of Road Including Drainage System, Barangay Sta. Lucia, Sta. Ana, Pampanga 25cg0075 : Asset Preservation Program – Preventive Maintenance – Tertiary Roads – Bahay Pare – Sn Luis – Sto Domingo Rd – K0069+500 – K0070+252 25cg0076 : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Interjurisdictional Roads And/or Bridges (roads That Traverse Multiple Lgu Jurisdictions) – Construction Of Apalit Bridge And Bypass Road At Barangay Tabuyuc, Apalit, Pampanga 25cg0077 : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities – Construction Of Slope Protection Works At Sapang Cabalantian, Tagum Creek To Buracan Creek (zone 2 – Zone 4) Barangay Cabalantian, Bacolor, Pampanga 25cg0078 : Basic Infrastructure Program (bip): Multi-purpose Buildings / Facilities To Support Social Services – Construction Of Multi-purpose Building, San Luis, Pampanga 1. The Dpwh – Pampanga 1st District Engineering Office, Through The Following Source Of Fund, Intends To Apply The Sum Of The Following Approved Budget For The Contract (abc) To Payments Under The Following Contract. Contract Id No. Approved Budget For The Contract (abc) (php) Source Of Fund 25cg0074 13,230,000.00 Nep 2025 25cg0075 13,504,400.00 Nep 2025 25cg0076 38,250,000.00 Gaa 2025 25cg0077 67,550,000.00 Sr2024-12-023283 25cg0078 4,950,000.00 Gaa 2025 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh – Pampanga 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works Contract Id No. : 25cg0074 Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Access Roads And/or Bridges From The National Road/s Leading To Major / Strategic Public Buildings / Facilities – Improvement Of Road Including Drainage System, Barangay Sta. Lucia, Sta. Ana, Pampanga Locations : Sta. Ana, Pampanga Scope Of Works : Improvement Of Road Including Drainage System Approved Budget For The Contract : Php 13,230,000.00 Contract Duration : 80 Calendar Days Contract Id No. : 25cg0075 Name Of Contract : Asset Preservation Program – Preventive Maintenance – Tertiary Roads – Bahay Pare – Sn Luis – Sto Domingo Rd – K0069+500 – K0070+252 Locations : San Luis, Pampanga Scope Of Works : Preventive Maintenance Approved Budget For The Contract : Php 13,504,400.00 Contract Duration : 36 Calendar Days Contract Id No. : 25cg0076 Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Interjurisdictional Roads And/or Bridges (roads That Traverse Multiple Lgu Jurisdictions) – Construction Of Apalit Bridge And Bypass Road At Barangay Tabuyuc, Apalit, Pampanga Locations : Apalit, Pampanga Scope Of Works : Construction Of Bridge And Bypass Road Approved Budget For The Contract : Php 38,250,000.00 Contract Duration : 225 Calendar Days Contract Id No. : 25cg0077 Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag): Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities – Construction Of Slope Protection Works At Sapang Cabalantian, Tagum Creek To Buracan Creek (zone 2 – Zone 4) Barangay Cabalantian, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Construction Of Slope Protection Works Approved Budget For The Contract : Php 67,550,000.00 Contract Duration : 217 Calendar Days Contract Id No. : 25cg0078 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings / Facilities To Support Social Services – Construction Of Multi-purpose Building, San Luis, Pampanga Locations : San Luis, Pampanga Scope Of Works : Construction Of Multipurpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 96 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “b” For Contract Id No. 25cg0074, 25cg0075, 25cg0078, & Medium “a” For Contract Id No. 25cg0076 - 25cg0077. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. 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)(li)(c) 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 Of The Bid. 6. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 1st District Engineering Office And Inspect The Bidding Documents At Sindalan, City Of San Fernando, Pampanga During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 – March 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Contract Id No. Cost Of Bidding Documents (php) 25cg0074 25,000.00 25cg0075 25,000.00 25cg0076 25,000.00 25cg0077 50,000.00 25cg0078 5,000.00 8. 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. 9. The Dpwh – Pampanga 1st District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025, 09:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp, And Through Youtube Livestreaming Via @dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo Which Shall Be Open To Prospective Bidders. 10. 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. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_pampanga1@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025, 10:00 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. 12. Bid Opening Shall Be On March 06, 2025 10:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp And Through Youtube Livestreaming Via Dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh- Pampanga 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. In View Of The Full Implementation On Assigning Only Qualified And Competent Project Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Project, Accreditation And Assignment Of Contractors' And Consultants' Project Engineers Are Hereby Prescribed (dpwh - D.o. 118 Series Of 2024) 15. For Further Information, Please Refer To: Neopolo L. Manaloto, Jr. Head Procurement Unit (045) 455-23-28 (045) 455-23-29 Approved: Noel G. Canlas Bac Chairperson (045) 455-23-28 (045) 455-23-29
Closing Soon6 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For 25cb0087: Rehabilitation Of Bliss Road, Balanga City, Bataan (phase 1) 1. The Dpwh-bataan 2nd Deo, Through The Gaa 2025 Intends To Apply The Sum Of Php79,200,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25cb0087: Rehabilitation Of Bliss Road, Balanga City, Bataan (phase 1). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-bataan 2nd Deo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Eighty-seven (187) 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 Dpwh-bataan 2nd Deo And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 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 Php50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Thru In Person, By Facsimile, Or Through Electronic Means. 6. The Dpwh-bataan 2nd Deo Will Hold A Pre-bid Conference On February 21, 2025, 10:00 A.m. At Dpwh-bataan 2nd Deo, Procurement Unit, Conference Room, And Through Videoconferencing/ Webcasting Via Https://www.youtube.com/@ Dpwhbataan2nddeo, 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, And Online Or Electronic Submission As Indicated Below On Or Before March 06, 2025, 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 16. 9. Bid Opening Shall Be On March 06, 2025, 10:00 A.m. At The Given Address Below And Through Https://www.youtube.com/@dpwhbataan2nddeo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bataan2@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025, 10:00 A.m. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. Bidders May Use A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions. 11. The Dpwh-bataan 2nd Deo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Teresita C. Suralta Dpwh-bataan 2nd Deo Vicarville Subdivision, Bagong Silang Balanga City, Bataan Electronicbids_bataan2@dpwh.gov.ph (047) 633-5511 Www.dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan2@dpwh.gov.ph February 14, 2025 Sgd. Ma. Regina A. Bangco Bac Chairperson
Closing Soon6 Mar 2025
Tender AmountPHP 79.2 Million (USD 1.3 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For 25ck0112 – Strengthening Of Right Side Existing Bank Of San Pedro Section Along Parua River, Upstream Of Sctex Bridge, Bamban, Tarlac (part A) 1. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 69,299,582.45 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ck0112 – Strengthening Of Right Side Existing Bank Of San Pedro Section Along Parua River, Upstream Of Sctex Bridge, Bamban, Tarlac (part A). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Through Its Bids And Awards Committee (bac), Now Invites Bids For The Hereunder Works: Name Of Contract : Strengthening Of Right Side Existing Bank Of San Pedro Section Along Parua River, Upstream Of Sctex Bridge, Bamban, Tarlac (part A) Contract Id No. : 25ck0112 Locations : Bamban, Tarlac Scope Of Works : Rehabilitation Of Flood Control Structure Approved Budget For The Contract : Php 69,299,582.45 Contract Duration : 180 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B For Medium A. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building., 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulation (irr) Of Republic Act 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), Tarlac 2nd District Engineering Office (t2deo) And Inspect The Bidding Documents At San Francisco, Concepcion, Tarlac During Weekdays From Mondays To Fridays At 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By The Interested Bidders On February 14, 2025 To March 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 6. 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 Their Bids. 7. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Will Hold A Pre-bid Conference On February 21, 2025, 10:00 Am At Dpwh T2deo Multi-purpose Hall Room, Via Youtube Livestreaming Which Shall Be Open To Prospective Bidders. 8. Bid Submission May Be 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. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_tarlac2@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On March 06, 2025, After 10:00 A.m At Dpwh T2deo Multi-purpose Hall Room. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways – Tarlac 2nd District Engineering Office (dpwh-t2deo) Reserves The Right To Accept Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Head: Erwin D. Salvador Address: San Francisco, Concepcion, Tarlac Tel. No(s).: (045) 934-53-93 Email Address: Dpwhtarlac2nddeo_bac@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website & Www.dpwh.gov.ph Date Of Issue: February 14, 2025 Advisory: Prospective Bidders/suppliers Are Strictly Advised To Observe Covid-19 Health Protocols Prescribed By The Iatf And/or Local Government Units, And Thus, They And/or Their Authorized Representative Who Will Attend The Procurement Activities And/or Submit Bids Are Required To Present Current Antigen And/or Rt- Pcr Negative Test Results. Approved By: Julio Elano C. Villanis Bac Chairperson
Closing Soon6 Mar 2025
Tender AmountPHP 69.2 Million (USD 1.1 Million)
City Of Lapu lapu Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines City Of Lapu-lapu 6015 Bids And Awards Committee Invitation To Bid For The Procurement Of Nine (9) Unit Brand New 6-wheeler 5cbm Garbage Dump Truck The City Of Lapu-lapu Through The Capital Outlay Funds 9998-1-07-05-080-25s1 Intends To Apply The Sum Of Thirty-one Million Five Hundred Thousand Pesos (₱ 31,500,000.00 ) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Nine (9) Units Brand New 6-wheeler 5cbm Garbage Dump Truck Under P. R No. 25-01-0063. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Lapu-lapu Through The Bids And Awards Committee (bac) Now Invites Bids For The Abovementioned Procurement Project. Ldrrmo Item No. Qty. Unit Of Issue Item Description 1. 9 Unit Brandnew 6 Wheeler 5 Cbm Garbage Dumptruck Unit Specification: Gvw : 4,000 - 4,500 Kgs. Engine Model : Euro 4 Type : Diesel, 4 Cycle, Vertical, In-line, Overhead Valve, Water Cooled, Direct Injection Type, Electronic Control Common Rail Type Max Engine Speed : 3,100 Rpm Max Output : 150-160 Ps Max. Torque : 400-430 N. M Max Speed : 123 Kph Displacement : 4.000-4.5 L Suspension : Front - Semi-elliptic Leaf Springs (reinforced Type) With Double Action Shock Absorbers : Rear- Semi-elliptic Main And Auxiliary Leaf Springs (reinforced Type) With Double Action Shock Absorbers Transmission : 6 Speed, M/t With Overdrive Service Brake : Hydraulic System, Dual Circuit Vacuum Assist 2 Leading Shoes For Front And Rear Wheels Parking Brake : Mechanical, Internal Expanding Acting On Transmission Output Shaft Fuel Tank Capacity : 100 L Tires & Rims : 7.00r 16-10pr Inclusions: - 3 Years Lto Registration And Ctpl Insurance - Seminar And Training For The Proper Usage And Maintenance Of The Unit - With Gsis Comprehensive Insurance (1 Year) - Winning Supplier Must Have An Existing Parts, Repair And Maintenance Service Center Located In Cebu City Or Cebu Province - Supplier And Bidder Must Have A Certified Service Technician Which Is Available 24/7 And Based In Cebu - Preventive Maintenance Is Free Of Charge For Labor And Materials During 1k Or 5k Mileage - Free Delivery To Client. - Free Training / Seminar For The Proper Operation And Maintenance To Drivers And Mechanics. - Supplier Must Have Lto Accreditation As Dealer, And Rebuilder/manufacturer. Terms And Condition: 1. Delivery : 90-120 Working Days Upon Receipt Of Downpayment 2. Warranty : Engine And Chassis- Three (3) Years, Unlimited Mileage. 3. Stickers Must Be Installed Before Delivery. The City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Delivery Of The Items Are Required Within Ninety-one Hundred Twenty (90-120) Working Days Upon Receipt Of Notice Of Award/purchase Order. 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). 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 The City Of Lapu-lapu Through The Bids And Awards Committee, Located At The 2/f City General Services Office, City Hall, Pusok, Lapu-lapu City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m To 4:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 14, 2025 (from 8 A.m. To 5 P.m.) Until On Or Before 12 Noon Of March 4, 2025 From Bac Office Located At The 2/floor Of The City General Services Office, City Hall, Pusok, Lapu-lapu City And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Standard Rates Set On R.a.9184 In The Amount Of ₱ 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fee For The Bidding Documents During The Period Provided In The Preceding Paragraph. The City Of Lapu-lapu/ Bac Will Hold A Pre-bid Conference On February 20, 2025 (1:30 P.m.) At Bac Conference Room Located At 2/floor City General Services Office, Pusok, Lapu-lapu City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Given Address Above On Or Before 12 Noon Of March 4, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 4, 2025 (1:30 P.m.) At Bac Conference Office, Located At 2/floor City General Services Office, Pusok, Lapu-lapu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The City Of Lapu-lapu /bac 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: You May Visit The Following: Vanessa Jeanne A. Dela Serna Philgeps: ______ Website: _______ Bac Secretariat 3 Conspicuous Place: City General Service Office Ceo Bulletin: ____ Cgso:____ Market:____ Telephone Number: 340-5735 Ronaldo D. Malacora Officer-in-charge- Cgso Bac Chairperson 14th Day Of February, 2025 (philgeps’ Posting Date)
Closing Soon4 Mar 2025
Tender AmountPHP 31.5 Million (USD 542.8 K)
Department Of Public Works And Highways - DPWH Tender
Energy, Oil and Gas
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pangasinan Iv District Engineering Office Tuliao, Sta. Barbara, Pangasinan Invitation To Bid For Procurement Of Fuel And Lubricant Requirement For Use In The Dpwh-pangasinan Iv District Engineering Office 1. The Pangasinan Iv District Engineering Office, Through The Eao 2024 Intends To Apply The Sum Of Php 2,000,000.00 Being The Abc To Payments Under The Contract For 24gaj0026. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Pangasinan Iv District Engineering Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 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 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 Pangasinan Iv District Engineering Office And Inspect The Bidding Documents At The Address Given Below During 8:00am – 5:00pm Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 8:00 Am – 5:00 Pm From February 14, 2025 To March 5, 2025 And Until 10:00am Of March 6, 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 Php 5,000.00. 6. The Pangasinan Iv District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 @ 02:00pm At Dpwh-pangasinan Iv District Engineering Office, Conference Room And/or Through Videoconferencing/webcasting Via Https://www.youtube.com/@dpwh.pangasinan4thdeo Live 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 6, 2025 @ 10:00am. 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 6, 2025 @ 10:30am At Dpwh-pangasinan Iv District Engineering Office, Conference Room Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pangasinan Iv 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Consuelo J. Cruz Head, Bac Secretariat Tuliao, Sta. Barbara, Pangasinan 075-653-6418 Local 22805 Email C/o: Cruz.consuelo@dpwh.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [dpwh And Philgeps Websites] Nony Domingo B. Quinto, Mba Bac Chairperson Dates Of Publication: February 14, 2025 To February 20, 2025 Note: Award Subject To Availability Of Fund
Closing Soon6 Mar 2025
Tender AmountPHP 2 Million (USD 34.4 K)
City Of Caloocan Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 14 February 2025 Invitation To Bid For The Improvement Of Road And Drainage System Along Zapote St. (gen. Tirona St. To Gen. Mascardo St.), Brgy. 137 & 140, Caloocan City 1. The City Of Caloocan, Through The 2024 Supplemental Budget No. 19 Approved Under Sangguniang Panlungsod Ordinance No. 1102 S. 2024, Intends To Apply The Sum Of Fifteen Million Eight Hundred Thousand Pesos (₱15,800,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Road And Drainage System Along Zapote St. (gen. Tirona St. To Gen. Mascardo St.), Brgy. 137 & 140, Caloocan City. (general Scope Of Work; General Requirements, Earthworks, Roadworks/ Concrete Pavement, Drainage System, Disposal Of Waste Materials). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During The Opening Of Bids 2. The City Of Caloocan Now Invites Contractors With Pcab License And Registration Appropriate To The Project Cost To Bid For The Improvement Of Road And Drainage System Along Zapote St. (gen. Tirona St. To Gen. Mascardo St.), Brgy. 137 & 140, Caloocan City. Completion Of Works Is Required Within One Hundred Fifty (150) Calendar Days From The Date Of Receipt Of The Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project Which Is At Least Fifty Percent (50%) Of The Abc. 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 Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, 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 The City Of Caloocan And Inspect The Bidding Documents At The Address Given Below During Office Hours: Bac Secretariat/ Procurement Office Office Of The Bids And Awards Committee 7th Floor Caloocan City Hall 8th St. Cor. 8th Ave. Grace Park, Caloocan City Telephone Number: 5310-2702/8288-8811 Local 2218 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting 14 February 2025 From The Address Above And Upon Payment Of Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos (₱25,000.00) 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Of Caloocan Will Hold A Pre-bid Conference On 21 February 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. 7. Submission Of Bids Shall Be On Or Before 06 March 2025 At 9:30 Am At The Office Of The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. Opening Of Bids Shall Be On The Same Day, 06 March 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Shall Not Be Accepted. 8. The City Of Caloocan Reserves The Right To Reject The Bid, Not To Award The Contract Or Declare A Failure Of Bidding At Any Time Prior To Contract Award, Without Thereby Incurring Any Criminal, Civil, Or Administrative Liability, Regardless Of The Outcome Of The Bidding Process. Atty. Christian Niño A. Diaz, Cese Chairman Bids And Awards Committee
Closing Soon6 Mar 2025
Tender AmountPHP 15.8 Million (USD 272.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description 25ae0068: Concreting Of Sitio Talalang, Brgy. Lacong Fmr, Brgy. Lacong, San Gabriel, La Union Republic Of The Philippines Department Of Public Works And Highways La Union 1st District Engineering Office Region I Brgy. Lingsat, San Fernando City, La Union Invitation To Bid For 25ae0068: Concreting Of Sitio Talalang, Brgy. Lacong Fmr, Brgy. Lacong, San Gabriel, La Union 1. The Dpwh La Union 1st District Engineering Office, Through Gaa Fy 2025 Intends To Apply The Sum Of Php 14,924,989.09 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ae0068: Concreting Of Sitio Talalang, Brgy. Lacong Fmr, Brgy. Lacong, San Gabriel, La Union. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh La Union 1st District Engineering Office, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 147 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 Category Of At Least C&d. 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. 5. Interested Bidders May Obtain Further Information From Dpwh La Union 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm, Dpwh La Union 1st District Engineering Office. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14 - March 6, 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 7. The Dpwh La Union 1st District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025, 10:00 Am At Conference Room, Dpwh La Union 1st Deo And/or Through Videoconferencing/webcasting Via Youtube Live: @dpwh.launion.1stdeo Which Shall Be Open To Prospective Bidders. 8. 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 (iii) Both} On Or Before March 6, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On March 6, 2025, 10:00am At The Given Address Below And/or Youtube Live: @dpwh.launion.1stdeo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Dpwh La Union 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Chairperson : Engr. Maria Lucia N. Runes Address : Dpwh La Union 1st Deo, Lingsat, San Fernando City, La Union Telephone No. : (072) 700-2938 Bac Secretariat Head : Engr. Loribeth-ann I. Cepriaso-garcia Address :dpwh La Union 1st Deo, Lingsat, San Fernando City, La Union Telephone No. : (072) 700-2938 Email Address : Dpwh.launion1@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/ Dpwh Website For Online Bid Submission: Electronicbids_launion1@dpwh.gov.ph February 14 - 20, 2025 Maria Lucia N. Runes Bac Chairperson
Closing Soon6 Mar 2025
Tender AmountPHP 14.9 Million (USD 257.1 K)
Commission On Elections Tender
Education And Training Services
Philippines
Details: Description Republic Of The Philippines Commission On Elections Regional Bids & Awards Committee Dalan Na Paccorofun, Regional Government Center Carig Sur, Tuguegarao City, Cagayan Region Ii Invitation To Bid For The Training Supplies For The Training Of Electoral Board Of Region Ii 1. The Commission On Elections (comelec), Through The General Appropriations Act (gaa) For Fy 2025, Intends To Apply The Sum Of One Million Four Hundred Twenty-three Thousand Six Hundred Pesos (php. 1,423,600.00) Being The Abc To Payments Under The Contract For Purchase Request No. 25-01-0519 With Details As Follows: Description Qty. Total Abc (vat Inclusive) Source Of Funding Bid Security Form & Amount (if Other Than Bis Securing Declaration) Cost Of Bidding Documents (php.) 2% Of The Abc (if Bid Security Is A Cash, Cashier’s/ Check, Bank Draft/guarantee Or Irrevocable) 5% Of Abc (if Bid Security Is In Surety Bond Training Supplies For The Training Of Electoral Board Of The Province Of Batanes Lot 1 Php. 13,200.00 2025 Gaa 264.00 660.00 Free Training Supplies For The Training Of Electoral Board Of The Province Of Cagayan Lot 2 Php. 480,400.00 2025 Gaa 9,608.00 24,020.00 Free Training Supplies For The Training Of Electoral Board Of The Province Of Isabela Lot 3 Php. 668,400.00 2025 Gaa 13,360.00 33,420.00 Free Training Supplies For The Training Of Electoral Board Of The Province Of Nueva Vizcaya Lot 4 Php. 180,800.00 2025 Gaa 3,616.00 9,040.00 Free Training Supplies For The Training Of Electoral Board Of The Province Of Quirino Lot 5 Php. 80,800.00 2025 Gaa 1,616.00 4,040.00 Free Bidders May Bid On Each Lot Or On All Of The Lots. The Item Should Include Delivery For The Five (5) Provinces Of Region Ii: Batanes, Cagayan, Isabela, Nueva Vizcaya, And Quirino. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening 2. The Comelec Now Invites Bids For The Procurement Of Training Supplies For The Training Of Electoral Board Of Region Ii In Connection With The May 12, 2025, National And Local Elections. Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order. 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). Similar In Nature Shall Mean Contracts Involving “supply And Delivery Of Customized Supplies/kits/materials…” And/or “supply, Printing And Delivery Of T-shirts…” And/or “supply And Delivery Of Training Kits/materials/supplies…” 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 The Regional Bids And Awards Committee Of Region Ii And Inspect The Bidding Documents At The Address Given Below During Office Hours, Which Are Monday Through Thursday, From 9:00 A.m. To 4:00 P.m. 5. Interested Bidders May Acquire A Complete Set Of Bidding Documents On 14 February 2025 From 8:00 Am To 5:00 Pm, Monday Through Friday, And Until 21 February 2025. They May Also Download Them Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And The Comelec Websites. 6. The Schedule Of Bidding Activities Shall Be As Follows: The Schedule Of Bidding Activities Shall Be As Follows: Activities Time Venue 1. Posting Of Bid Bulletin/ Sale And Issuance Of Bidding Documents February 14, 2025 (monday) (start Of Posting Of Bid Bulletin); 9:00am – 5:00pm, From Monday To Friday At Philgeps At Comelec Website (comelec.gov.ph) Office Of The Regional Election Director, Commission On Elections Dalan Na Paccorofun, Regional Government Center Carig Sur, Tuguegarao City, Cagayan, 3500 3. Pre-bid Conference (note: Open To Prospective Bidders) February 21, 2025 (friday), 10:00 Am Face To Face At The Office Of The Regional Election Director, Commission On Elections Dalan Na Paccorofun, Regional Government Center Carig Sur, Tuguegarao City, Cagayan, 3500 4. Deadline For Submission Of Bids March 06, 2025 (thursday), 5:00 Pm Shall Only Be Submitted To The Rbac Secretariat At Office Of The Regional Election Director, Commission On Elections Dalan Na Paccorofun, Regional Government Center Carig Sur, Tuguegarao City, Cagayan, 3500. 5. Opening Of Bids March 07, 2025 (friday), 10:00 Am Office Of The Regional Election Director, Commission On Elections Dalan Na Paccorofun, Regional Government Center Carig Sur, Tuguegarao City, Cagayan, 3500 7. The Commission On Election Region Ii Will Hold A Pre-bid Conference On February 22, 2025, At 10 Am At The Office Of The Regional Director, Dalan Na Paccorofun, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated; Late Bids Will Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bids Will Be Opened In The Presence Of The Bidder/s' Representative/s Who Chooses To Attend. Late Bids Shall Not Be Accepted. 10. Bid Opening Shall Be On March 07, 2025, At 10 O’clock In The Morning At The Office Of The Regional Election Director, Commission On Elections Dalan Na Paccorofun, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. Interested Bidders May Obtain Further Information From The Rbac Secretariat And Inspect The Bidding Documents At The Office Of The Regional Election Director, Commission On Elections Dalan Na Paccorofun, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan From 9:00 Am To 5:00 Pm From Monday To Friday Or Call At Tel No. 078.396.0099, Or E-mail Address Rbac.region2@comelec.gov.ph 12. The Commission On Elections Region Ii 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: The Rbac Secretariat Office Of The Regional Election Director Dalan Na Paccorofun, Regional Government Center Carig Sur, Tuguegarao City, Cagayan Tel No. 078.396.0099 Rbac.region2@comelec.gov.oh 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.comelec.gov.ph And Philgep. Atty. Boris Ma. T. Banauag Rbac Vice-chairperson, Region Ii February 13, 2025 Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Commission On Elections, Wishes To Receive Bids For The Procurement Of Training Supplies For The Training Of The Electoral Board Of Region Ii, With Identification Number Procurement Id No. Rbac R02-13-2025-eb Supplies Under Purchase Request Number. 25-01-0519. The Procurement Project (referred To Herein As “project”) Is Composed Of Five (5) Lots, To Wit; 1. For Lot 1 - Training Supplies Of Batanes No. Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Total Quote (in Php) 1. T-shirt – Blue Various Sizes Form Small To Xxxl With Digital Print 33 Pieces 175.00 5,775.00 2. T-shirt – Green Various Sizes Form Small To Xxxl With Digital Print 33 Pieces 175.00 5,775.00 3. Black Ballpen 66 Pieces 5.00 330.00 4. Memo Pad A5 Size At Least 30 Pages 66 Pieces 10.00 660.00 5. Eco Bag 9.5 Inches X 12 Inches With Print 66 Pieces 10.00 660.00 Total 13,200.00 2. For Lot 2 - Training Supplies Of Cagayan No. Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Total Quote (in Php) 1. T-shirt – Blue Various Sizes Form Small To Xxxl With Digital Print 1,201 Pieces 175.00 210,175.00 2. T-shirt – Green Various Sizes Form Small To Xxxl With Digital Print 1,201 Pieces 175.00 210,175.00 3. Black Ballpen 2,402 Pieces 5.00 12,010.00 4. Memo Pad A5 Size At Least 30 Pages 2,402 Pieces 10.00 24,020.00 5. Eco Bag 9.5 Inches X 12 Inches With Print 2,402 Pieces 10.00 24,020.00 Total 480,400.00 3. For Lot 3 – Training Supplies Of Isabela No. Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Total Quote (in Php) 1. T-shirt – Blue Various Sizes Form Small To Xxxl With Digital Print 1,671 Pieces 175.00 292,425.00 2. T-shirt – Green Various Sizes Form Small To Xxxl With Digital Print 1,671 Pieces 175.00 292,425.00 3. Black Ballpen 3,342.00 Pieces 5.00 16,710.00 4. Memo Pad A5 Size At Least 30 Pages 3,342.00 Pieces 10.00 33,420.00 5. Eco Bag 9.5 Inches X 12 Inches With Print 3,342.00 Pieces 10.00 33,420.00 Total 668,400.00 4. For Lot 4 – Training Supplies Of Nueva Vizcaya No. Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Total Quote (in Php) 1. T-shirt – Blue Various Sizes Form Small To Xxxl With Digital Print 452 Pieces 175.00 79,100.00 2. T-shirt – Green Various Sizes Form Small To Xxxl With Digital Print 452 Pieces 175.00 79,100.00 3. Black Ballpen 904 Pieces 5.00 4,520.00 4. Memo Pad A5 Size At Least 30 Pages 904 Pieces 10.00 9,040.00 5. Eco Bag 9.5 Inches X 12 Inches With Print 904 Pieces 10.00 9,040.00 Total 180,800.00 5. For Lot 5 – Training Supplies Of Quirino No. Item Description And Technical Specifications Qty. Unit Unit Cost (in Php) Total Quote (in Php) 1. T-shirt – Blue Various Sizes Form Small To Xxxl With Digital Print 202 Pieces 175.00 35,350.00 2. T-shirt – Green Various Sizes Form Small To Xxxl With Digital Print 202 Pieces 175.00 35,350.00 3. Black Ballpen 404 Pieces 5.00 2,020.00 4. Memo Pad A5 Size At Least 30 Pages 404 Pieces 10.00 4,040.00 5. Eco Bag 9.5 Inches X 12 Inches With Print 404 Pieces 10.00 4,040.00 Total 80,800.00 Bidders Shall Bid On Any Lot Or All Of The Lots. The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Will Receive Funding From The Source Indicated Below For Fy 2025 In The Amount Of One Million Four Hundred Twenty-three Thousand Six Hundred Pesos (php. 1,423,600.00). 2.2. The Source Of Funding Is The General Appropriations Act (gaa) Of 2025. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules, And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration, And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Is Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time At Its Physical Address: Office Of The Regional Election Director, Dalan Na Paccorofun, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline For Submitting And Receiving Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc, As Indicated In Itb Clause 5.3, Should Have Been Completed Five (5) Days Before The Deadline For Submitting And Receiving Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In A Foreign Language Other Than English, They Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In The Bds. 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of Opening Of Bid. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit An Original Copy Of The First And Second Components Of Its Bid. Comelec Requests That The Bidders Submit An Additional Four (4) Certified True And/or Machine Copies Of The First And Second Components Of The Bid. Bidders Must Arrange Each Bid Document Into Sections, With Tabs Properly Labeled Separating Each Document According To The Provided Checklist. However, Failure To Comply With This Request Shall Not Be Grounds For Disqualification. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. However, Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Acknowledges This Condition As Submitted. The Rbac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed And Marked Bid Or For Its Premature Opening. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Comelec Rbac Ii; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Ib; And (e) Bear A Warning “do Not Open Before.” The Date And Time Of The Opening Of Bids As Indicated In The Ib. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time In Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case May Be. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Soon6 Mar 2025
Tender AmountPHP 1.4 Million (USD 24.5 K)
7591-7600 of 10000 active Tenders