Website Tenders
Website Tenders
Municipality Of Alamada, Cotabato Tender
Others
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: 25-02-131 Purchase Of Office, It And Other Supplies For Mayor’s Office Operations For 1st And 2nd Qrtrs. Cy 2025, Alamada, Cotabato The Local Government Unit Of Alamada, Through The 1011-5-02-13-050 Intends To Apply The Sum Of P 410,195.00 Being The Abc To Payments Under The Contract For 25-02-131 Purchase Of Office, It And Other Supplies For Mayor’s Office Operations For 1st And 2nd Qrtrs. 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 18, 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 500.00. 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 17, 2025 Noli S. Doromal, Mpa Municipal Budget Officer Bac Chairperson 09496000400
Closing Soon4 Mar 2025
Tender AmountPHP 410.1 K (USD 7 K)
Municipality Of Balagtas, Bulacan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Bulacan Municipality Of Balagtas Invitation To Bid For The Construction Of Mini Dock (pantalan) 1. The Municipality Of Balagtas, Through The Generel Fund Intends To Apply The Sum Of One Million Nine Hundred Eighty Nine Thousand Seven Hundred Ninety Two Pesos And Six Centavos (p 1,989,792.06) Being The Abc To Payments Under The Contract Construction Of Mini Dock (pantalan) (cmdp 03-10-2025) Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. 2. The Municipality Of Balagtas Now Invites Bids For The Above Construction Of Mini Dock (pantalan) (cmdp 03-10-2025) Delivery Of The Goods Is Required By 45 Working Days. Bidders Should Have Completed, Within 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. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Balagtas And Inspect The Bidding Documents At The Address Given Below During 8 Am – 5pm, Monday - Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 – March 10, 2025 From The Given 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 Two Thousand Pesos Only (p2,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Municipality Of Balagtas Will Hold A Pre-bid Conference On February 26, 2025 At Municipality Of Balagtas, Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 10, 2025. 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 10, 2025 At 9:00am At Municipality Of Balagtas Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Balagtas 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: Christian G. Ularte Head – Bac Technical Working Group Municipality Of Balagtas Balagtas, Bulacan Website: Balagtas.gov.ph ______________________________________ Sgnd; Romeo C. Mendoza Bac Chairman
Closing Date10 Mar 2025
Tender AmountPHP 1.9 Million (USD 34.3 K)
MUNICIPALITY OF SAN JORGE, SAMAR Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Details: Description Republic Of The Philippines Province Of Samar Municipality Of San Jorge Invitation To Bi Installation Of Solar Street Lights (selected Barangays) 1. The Lgu-san Jorge, Samar, Through The General Fund Intends To Apply The Sum Of Three Million Pesos Only (php 3,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Solar Street Lights (selected Barangays). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu- San Jorge, Samar Now Invites Bids For The Installation Of Solar Street Lights (selected Barangays) At San Jorge, Samar. Project Title: Installation Of Solar Street Lights (elected Barangays) Location: San Jorge Project Cost: ₱ 3,000,000.00 Source Of Fund: 20% Project Code: Issl 2025-02-02 Project Duration: 94 Calendar Days Desirable Starting Date: Upon Receipt Of The Notice To Proceed (ntp) Project Description: Furnishing Equipment, Labor And Materials For The Installation Of Solar Street Lights Completion Of Works Required Is Within Ninety Four (94) 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. Prospective Bidders May Obtain Further Information From Lgu San Jorge, Samar And Inspect The Bidding Documents At The Address Given Below Starting February 18, 2025 At 8:00 A.m. To 5:00 P.m., Monday To Friday Excluding Holidays And Non-working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 18, 2025 To March 10, 2025, From 8:00 A.m To 5:00 P.m, And On March 10, 2025, Until 11:00 A.m Only From The Address Below And Upon Payment Of None Refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person. 6. The Lgu Bac Will Hold A Pre-bid Conference On February 25, 2025 (2:00 P.m) At The Bac Office, Engineering Building, San Jorge, Samar, 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 @ 1:00 P.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 10, 2025 At 2:00 P.m. At The Bac Office, Engineering Building, San Jorge, Samar. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu- 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: Josefina B. Rollo Bac Secretariat Lgu San Jorge, Samar 12. You May Visit The Following Website: For Downloading Of Bidding Documents: [www.philgeps.gov.ph] [february 11, 2025] Engr. Arthur M. Porcil Chairman-bids And Awards Committee
Closing Date10 Mar 2025
Tender AmountPHP 3 Million (USD 51.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Bohol 1st District Engineering Office Tagbilaran City, Bohol, Region Vii Invitation To Bid For 25ha0106 – Construction Of Multi-purpose Building, Causwagan Norte, Catigbian, Bohol 1. The Department Of Public Works And Highways – Bohol 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ha0106. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bohol 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, Causwagan Norte, Catigbian, Bohol Contract Id No. : 25ha0106 Location : Catigbian, Bohol Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : 4,950,000.00 Contract Duration : 150 - 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 License Category C & D. 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. 4. 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. 4.1 As Provided In Section 25.1 Of The 2016 Revised Irr Of R.a. 9184, “bidders Shall Submit Their Bids Through Their Duly Authorized Representative …”. 4.2 To Further Clarify, The Bidder’s Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa). Otherwise, There Must Be A Duly Signed And Notarized Special Power Of Attorney (spa) [for Sole Proprietorship] Or Board/ Partnership/joint Venture Resolution With Secretary’s Certificate [for Corporation/partnership/joint Venture/cooperative] Presented In Hard Copy And A Soft Copy Thereof Must Also Be Emailed To Racines.mary_noeline@dpwh.gov.ph Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Documents Mentioned Above From The Official Cwa-registered Email Address Of The Bidder Shall Result In The Bidder Not Being Issued An Order Of Payment Nor Being Allowed To Submit/drop Bid Proposals. 5. 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, Otherwise Known As The "“government Procurement Reform Act”. 6. 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) 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. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh – Bohol 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol During Weekdays From 8:00 A.m. To 5:00 P.m. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 – March 13, 2025 Until 10:00 A.m. Only From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00 9. 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. 10. The Dpwh – Bohol 1st District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025 At 10:00 A.m. At Bac Conference Room, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol And/or Through Video Conferencing/webcasting The Dpwh Bohol 1st D.e.o. Official Youtube Channel Https://www.youtube.com/channel/ucttlnd5ahhepmrl6ieogrjq Which Shall Be Open To Prospective Bidders. 11. 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. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bohol1@dpwh.gov.ph For Electronic Submission On Or Before 12:00nn Of March 13, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 13. Bid Opening Shall Be On March 13, 2025 At 1:00 P.m At Bac Conference Room, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol And Shall Be Streamed Via Our Youtube Channel: Https://www.youtube.com/channel/ucttlnd5ahhepmrl6ieogrjq. 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. 14. The Dpwh – Bohol 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. 15. For Further Information, Please Refer To: Mary Noeline F. Racines Engineer Iii - Procurement Head/head Bac Secretariat Procurement Office, Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62014 Email Address: Racines.mary_noeline@dpwh.gov.ph Claudio D. Arcayena, Jr. A.e.r. Bac Chairman Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62004
Closing Date13 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Province Of Nueva Vizcaya Bayombong Nueva Vizcaya Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Vizcaya Bids And Awards Committee (bac-infra) Bac Office, Provincial Capitol, Bayombong, Nueva Vizcaya Tel. No. 332-3000 (loc 423) Negotiated Procurement (two Failed Biddings) Invitation To Bid For Improvement Of Sitio Catanan Ftmr Located At Banila, Dupax Del Sur, Nueva Vizcaya 1. The Provincial Local Government Unit Of Nueva Vizcaya (plgu-nueva Vizcaya), Through The (sb No. 03, S-2024, Ao No. 2024-623) Intends To Apply The Sum Of Five Million Six Hundred Twenty Six Thousand Eight Hundred Twenty One Pesos & Sixty Centavos (₱5,626,821.60) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The (np) Improvement Of Sitio Catanan Ftmr, Located At Banila, Dupax Del Sur, Nueva Vizcaya (8000-1-1-16-003-293). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Local Government Unit Of Nueva Vizcaya (plgu-nueva Vizcaya) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required To Be Completed For Seventy Seven (77) 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 Provincial Local Government Unit Of Nueva Vizcaya (plgu-nueva Vizcaya) And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm., Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 To March 4, 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 Ten Thousand Pesos (10,000.00) As The Standard Rate.the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 4, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On March 4, 2025 At 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Schedule Of Procurement Activities Are Follows: Bac Activities Schedule Issuance Of Bidding Documents February 18, 2025 From 8:00 Am To 5:00 Pm Receipt Of Bids March 4, 2025 @ 10:00 Am Opening Of Bids March 4, 2025 @ 2:00 Pm 10. The Provincial Local Government Unit Of Nueva Vizcaya (plgu-nueva Vizcaya) 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: Bids And Awards Committee-infra Bac-secretariat Office Provincial General Services Office, Capitol Compound, Bayombong, Nueva Vizcaya E-mail Add.:plgunuevavizcaya.bac@gmail.com Contact No.: 09171529239 Plgu Website: Nuevavizcaya.gov.ph [february 18, 2025] Atty. Voltaire B. Garcia Provincial Legal Officer Chairperson, Bids And Awards Committee (infra)
Closing Soon4 Mar 2025
Tender AmountPHP 5.6 Million (USD 97.2 K)
City Government Iligan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,499,867.25 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Water Supply System For Tipanoy Evacuation Center (including Rain Water Collector Basin) With Project No. Cb(b)-25-008 (icws-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars : Water Supply System For Tipanoy Evacuation Center (including Rain Water Collector Basin) Component I – Project Billboard Component Ii – Earthworks Component Iii – Civil Works Component Iv – Piping Works Component V – Electrical Works Component Vi – Construction Safety And Health Program Approved Budget For The Contract (abc): P 1,499,867.25 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Seventy-five (75) Calendar Days From Receipt Of Notice To Proceed. 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. Instruction To Bidders. 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 Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.issuance Of Bid Documents : February 18, - March 11, 2025 –– 8:00 A.m. At Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2.pre-bid Conference : February 25, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3.submission Of Bids : March 11, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.opening Of Bids : March 11, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: February 18, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-008 (icws-infra)
Closing Date11 Mar 2025
Tender AmountPHP 1.4 Million (USD 25.9 K)
Department Of Agriculture Tender
Agriculture or Forestry Works
Philippines
Details: Description Invitation To Bid For The Procurement Of 54 Heads Cattle Under Organic Agriculture Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Organic Agriculture Program Intends To Apply The Sum Of Three Million Two Hundred Forty Thousand Pesos (ᵽ3,240,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 54 Heads Cattle Under Organic Agriculture Program Fy 2025 With Project Identification No.: Itb-2025-02-171. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. Quantity Unit Item Description Total Cost 54 Head Cattle 3,240,000.00 Heifer Upgraded Brahman With Ear Tag Age: 18-24 Months At Least 180 Kg Body Weight; Source: Bai Registered Farm Additional Requirements: The Negative Test Results Of Surra, Brucellosis, Tuberculosis And Certification Of Vaccination With Anti Hemorrhagic Septicemia Shall Be Submitted Before The Delivery Of Cattle From Bai Or Da Rfo-4a Laboratory Note: Any Injury/defects/mortality Within 7 Days Should Be Replaced Within One (1) Month After Delivery With 100% Availability Of Stocks During Post-qualification Place Of Delivery: Apco Cavite Apco Laguna Apco Batangas Apco Rizal Lucban, Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 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 Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid 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 (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On February 26, 2025 1:00 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before March 10, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 10, 2025 1:00 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva 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: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: February 18, 2025 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date10 Mar 2025
Tender AmountPHP 3.2 Million (USD 55.9 K)
Municipality Of Balagtas, Bulacan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Bulacan Municipality Of Balagtas Invitation To Bid For The Purchase Of Prefabricated House Bare Unit 1. The Municipality Of Balagtas, Through The General Fund Intends To Apply The Sum Of One Million Pesos (p 1,000,000.00) Being The Abc To Payments Under The Contract Purchase Of Prefabricated House Bare Unit (phbu 03-13-2025) Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. 2. The Municipality Of Balagtas Now Invites Bids For The Above Purchase Of Prefabricated House Bare Unit (phbu 03-13-2025) Delivery Of The Goods Is Required By 45 Working Days. Bidders Should Have Completed, Within 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. 4. Prospective Bidders May Obtain Further Information From The Municipality Of Balagtas And Inspect The Bidding Documents At The Address Given Below During 8 Am – 5pm, Monday - Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 – March 10, 2025 From The Given 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 One Thousand Pesos Only (p1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Municipality Of Balagtas Will Hold A Pre-bid Conference On February 26, 2025 At Municipality Of Balagtas, Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 10, 2025. 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 10, 2025 At 9:00am At Municipality Of Balagtas Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Balagtas 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: Christian G. Ularte Head – Bac Technical Working Group Municipality Of Balagtas Balagtas, Bulacan Website: Balagtas.gov.ph ______________________________________ Sgnd; Romeo C. Mendoza Bac Chairman
Closing Date10 Mar 2025
Tender AmountPHP 1 Million (USD 17.2 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 Regional Office Vii South Road Properties, Cebu City Invitation To Bid For 25h00079 - Organizational Outcome 1: Ensure Safe And Reliable National Road System, Asset Preservation Program - Preventive Maintenance – Secondary Roads, Loay Interior Road, K0141+ 648 - K0146 + 356, K0147 + 069- K0148 + 000, K0149 + 009 - K0151 + 522, K0149 + 009 -k0152 + 705 1. The Department Of Public Works And Highways Regional Office Vii, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php189,140,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Organizational Outcome 1: Ensure Safe And Reliable National Road System, Asset Preservation Program - Preventive Maintenance – Secondary Roads, Loay Interior Road, K0141+ 648 - K0146 + 356, K0147 +069 - K0148 + 000, K0149 + 009 - K0151 + 522, K0149 + 009 -k0152 + 705 With Contract Id No. 25h00079. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vii Now Invites Bids For The Hereunder Works: Name Of Contract : Organizational Outcome 1: Ensure Safe And Reliable National Road System, Asset Preservation Program - Preventive Maintenance – Secondary Roads, Loay Interior Road, K0141+ 648 - K0146 + 356, K0147 +069 - K0148 + 000, K0149 + 009 - K0151 + 522, K0149 + 009 -k0152 + 705 Contract Id No. : 25h00079 Locations : Bohol Province Scope Of Works : Preventive Maintenance Of Roads Approved Budget For The Contract : Php 189,140,000.00 Contract Duration : 166 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 Medium B For Road, Highway Pavement And Railways, Airport Horizontal Structures And Bridges For License Classification A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 Of Bidding Documents. 3.1 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. 3.2 As Provided In Section 25 Of The R-irr Of R.a. 9184, Bidders Shall Submit Their Bids Through Their Duly Authorized Representative. The Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa) Or If Not, There Must Be A Duly Signed Special Power Of Attorney (spa) Presented In Hard Copy And Soft Copy Of The Spa Must Also Be Emailed To Procurementro7@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Spa From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment. 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 Department Of Public Works And Highways Regional Office Vii And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php50,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Regional Office Vii Will Hold A Pre-bid Conference On February 25, 2025 At 10:00 A.m. At The Strategy Room Of Dpwh-regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. 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 Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r7@dpwh.gov.ph For Electronic Submission On Or Before March 10, 2025 At 10:00 A.m. Together With The Proof Of Purchase/receipt. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On March 10, 2025 At 10:30 A.m., Strategy Room Of Dpwh Regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways Regional Office Vii 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: Engr. Odilon N. Andrino Head Procurement (032)4116752; (032)4116753 Email Address: Andrino.odilon@dpwh.gov.ph Or Procurementro7@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_r7@dpwh.gov.ph Jerry B. Evangelio Bac Chairman Contract Id No.: 25h00079 Dpwh And Philgeps Websites Posting: February 17– February 24, 2025
Closing Date10 Mar 2025
Tender AmountPHP 189.1 Million (USD 3.2 Million)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Cluster No. 2025-02-goods 1. The Dpwh -cagayan 2nd District Engineering Office, Through The Annual Maintenance Work Program (amwp 2025) Intends To Apply The Sum Of One Million Four Hundred Nine Thousand One Hundred Pesos And 00/100 (₱ 1,409,100.00) Being The Abc To Payments Under The Contract For Contract Id No. 25gbc01 – Furnishing/delivery Of Asphalt Materials (coldmix Asphalt) For Use In Maintenance Of National Roads Within The District. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh -cagayan 2nd District Engineering Office Through The Bids And Award Committee (bac)now Invites Bids For Hereunder Procurement Works: Name Of Contract : Furnishing/delivery Of Asphalt Materials (coldmix Asphalt) For Use In Maintenance Of National Roads Within The District Contract Id No. : 25gbc01 Location : Within The District Brief Description : Furnishing/delivery Of Asphalt Materials Abc : ₱ 1,409,100.00 Contract Duration : 30 Cd Delivery Of The Goods Is Required By 30 Calendar Days Upon Receipt Of Approved Purchase Order/notice To Proceed. (see Terms Of Reference). Bidders Should Have Completed, Within One (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Bac Secretariat Procurement Unit 2nd Floor Dpwh Cagayan 2nd Deo And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 – March 11, 2025 From Dpwh Cagayan 2nd Deo,2nd Floor, Procurement Unit, Purok Lailo Libertad, Abulug Cagayan And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And It Will Be Presented In Person. 6. The Dpwh -cagayan 2nd District Engineering Office Through The Bids And Award Committee (bac) Will Hold A Pre-bid Conference On February 26, 2025, 10:00 Am At Bac Conference Room Ground Floor New Building, Dpwh Cagayan 2nd Deo And/or Through Video Conferencing Or Webcasting Via You Tube Channels For Live Streaming Of Dpwh Procurement Activities, Youtube: Https://www.youtube.com/channel/ucakdik4oewawl0jeka55rhw Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bac Conference Room Ground Floor New Building, Dpwh Cagayan 2nd Deo On Or Before 10:00 Am, March 11, 2025. 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 10:00 Am, March 11, 2025 At The Bac Conference Room Ground Floor New Building, Dpwh Cagayan 2nd Deo And/or Live-streaming On The Youtube Channel Of Dpwh For Procurement Activities, Youtube: Https://www.youtube.com/channel/ucakdik4oewawl0jeka55rhw. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh -cagayan 2nd District Engineering Office Through The Bids And Award Committee (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. 11. For Further Information, Please Refer To: Engr. Kristian T. Raguirag Head, Bac Secretariat Dpwh-cagayan 2nd Deo 2nd Floor Procurement Unit Purok Lailo, Libertad, Abulug, Cagayan Cp #:+63-976-389-8112 Bacsec.cs2nd@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Notices.philgeps.gov.ph February 17, 2025 Approved By: Julian O. Castro Jr., Mpa Engineer Iii Bac – Vice Chairperson Ro2.12.skd/ktr
Closing Date11 Mar 2025
Tender AmountPHP 1.4 Million (USD 24.3 K)
7621-7630 of 10000 active Tenders