Website Tenders

Website Tenders

Province Of Davao Del Norte Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description 1 The Provincial Government Of Davao Del Norte, Through The Following Source Of Funds; Lot 5 B20250369 Various Government Buildings And Facilities Development Project - Buildings (10704010) Intends To Apply The Sum Of The Corresponding Approved Budget For The Contract (abc) To Payments Under The Following Contracts With Pr# 2025010218 For The Procurement Of Goods. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2 The Provincial Government Of Davao Del Norte Now Invites Bids For The Procurement Of Goods, To Wit: Lot No: 5 Bid No.: B20250369 P.r. No.: 2025010218 Bid Description: Procurement Of Construction Materials For The Rehab/impv’t Of Roofing/ceiling At Davao Del Norte Sports And Tourism Complex (construction Of Mpb), Brgy. Mankilam, Tagum City, Davao Del Norte Abc: 700,811.00 Rate: ₱1,000.00 Delivery Term: 10 Calendar Days 3 The Prospective Bidder Must Have Completed, Within The Period Specified In The Invitation To Bid, An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Philippine Statistics Authority (psa) Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. However, In The Case Of Expendable Supplies, Said Slcc Must Be At Least Twenty Five Percent (25%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 4 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5 Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6 Prospective Bidders May Obtain Further Information From Provincial Government Of Davao Del Norte And Inspect The Bidding Documents At The Address Given Below During 8:00 Am-5:00 Pm Mondays To Fridays. 7 A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 12, 2025 At 8:00 Am To 5:00 P.m. From The Given Address And Website(s) Specifically At: Bac Secretariat Office, 2f Pgso Bldg., Government Center, Mankilam, Tagum City, Province Of Davao Del Norte Or At Http://www.davaodelnorte.gov.ph/index.php/bid-opportunities/bidding-invitations: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Reflected In Item No. 2. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 8 The Provincial Government Of Davao Del Norte Will Hold A Pre-bid Conference On February 27, 2025 At 9:00 Am At The Provincial General Services Office Conference Room, 2f Pgso Bldg., Government Center, Mankilam, Tagum City, Davao Del Norte Which Shall Be Open To All Interested Parties. 9 Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On Or Before March 13, 2025 At 9:00 Am At The Provincial General Services Office Conference Room, 2f Pgso Bldg., Government Center, Mankilam, Tagum City, Davao Del Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. 10 All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11 Bid Opening Shall Be On March 13, 2025 At 9:00 Am. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12 The Provincial Government Of Davao Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13 "for Further Information, Please Refer To: Atty. Ralph P. Dela Cruz, Lt. Col., Pa (ret) Bac Chairperson Provincial Administrator Government Center, Mankilam, Tagum City" "bac Secretariat Office Province Of Davao Del Norte 2f Pgso Bldg., Government Center, Mankilam, Tagum City Cellphone No. +63999-222-1967 Local: 2320 Email Address: Bacddn5@gmail.com Website Address: Www.davaodelnorte.gov.ph" 14 You May Visit This Website: For Downloading Of Bidding Documents: Http://www.davaodelnorte.gov.ph/index.php/bid-opportunities/bidding-invitations Atty. Ralph P. Dela Cruz, Lt. Col., Pa (ret) Provincial Administrator Bac Chairperson Published Date: February 19, 2025
Closing Date13 Mar 2025
Tender AmountPHP 700.8 K (USD 12.1 K)

DEPT OF THE NAVY USA Tender

Others
United States
Details: Contact Information|4|n741.13|gdh|n/a|kaitlyn.t.mounts.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|5|233||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|tbd|w25g1u|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a || navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||x| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| small Business Program Representations (feb 2024)|4|332919|750||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (jan 2025)|13|332919|350|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Set Be Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4. If The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address And Cage Of The Packaging Facility. 6. Any Contract Awarded As Aresult Of This Solicitation Will Be Dx Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Will Be A Rated Order. 7. Please Provide Repair Price As Estimated (est) For The Full Repair Effort Of The Requirement. 8. Vendor Shall Have 90days After Receipt Of Carcass(es) To Complete A Teardown & Evaluation (td&e) Of The Carcass(es) And Submit A Firm-fixed Fixed Price (ffp) Quote For The Full Repair Effort Of The Carcass(es). 9. When Submitting A Quote, Please Include The Cost Of New (actual Or Estimated) For Evaluation Purposes. 10. Quote Shall Specify Any Exceptions Including But Not Limited To Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Materials, Etc. If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price. 11. In Repair Price, Include All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, And Cav Reporting. Also Provide The Following Information: a. Teardown & Evaluation Rate: b. Repair Turn Around Time (rtat): c. Throughput Constraint: d. Induction Expiration Date: 12. Price Reductions a. Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Of Xxxx Per Unit. This Adjustment Will Be Implemented Via A Reduction Modification At The End Of Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. 13. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtat Established In The Resulting Contract. a. Requested Rtat: 233 Days 14. Quotes Shall Reference The Proposed Rtat And Any Capacity Constraints. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Amplifier,electrohy . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. document Ref Data=mil-std-130 | | |k |000115|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Amplifier,electrohy Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;78062 3189830-1 or Item Shall Be Restored To A Serviceable Condition Within The Acceptability Limits Defined In Sargent Controls And Aerospace Submarine Hydraulic Valves Procedure 11-000001, Rev K., Dated 07 September 2017, Titled Marine Components Overhaul Procedure.; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
Closing Soon3 Mar 2025
Tender AmountRefer Documents 

National Food Authority Tender

Philippines
Details: Description Section I. Invitation To Bid Procurement Of Milling Services Including Delivery For National Food Authority (nfa) Region Iv (southern Tagalog) For Year 2025-rebidding Project Reference No. Ro4-rbac-goods-2025-05 1. The National Food Authority (nfa) Region Iv (southern Tagalog), Through The Nfa’s Corporate Operating Budget For 2025, Intends To Apply The Sum Of Eighty-six Million One Hundred Sixteen Thousand Seven Hundred Thirty-eight Pesos And 68/100 (php 86,116,738.68) Being The Abc To Payments Under The Contract For Procurement Of Milling Services Including Delivery For Nfa Region Iv (southern Tagalog) For Year 2025-rebidding With Project Reference No. Ro4- Rbac-goods-2025-05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Details As Follows: Lot No. Variety (pd/ Pd1) Estimated Palay Input For Milling (in Bags Of 50netkg) Required Guaranteed Milling Recovery @ 63% (in Bags Of 50netkg) Milling Cost Range Distance (in Km) Delivery Rate Per Distance Per Bag (in Bags Of 50kg) Delivery Expenses For Rice Output (php) Approved Budget For The Contract 1-laguna Pd/pd1 8,000 5,040 831,600.00 >30 To 40km 38.60 194,544.00 1,026,144.00 2-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 3-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 4-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 5-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 6-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 7-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 8-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 9-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 10-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 11-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 12-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 13-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 14-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 15-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 16-occ. Mindoro Pd 55,000 34,650 4,009,351.50 1 To 10km 13.90 481,635.00 4,490,986.50 17-occ. Mindoro Pd/pd1 54,600 34,398 3,980,192.58 1 To 10km 13.90 478,132.20 4,458,324.78 18-palawan Pd 40,000 25,200 2,562,084.00 >1 To 10km 15.40 388,080.00 2,950,164.00 19-palawan Pd 80,000 50,400 5,124,168.00 >10 To 20km 23.75 1,197,000.00 6,321,168.00 20-palawan Pd 40,000 25,200 2,562,084.00 >20 To 30km 27.15 684,180.00 3,246,264.00 21-quezon Pd 8,400 5,292 571,536.00 >20 To 30km 33.70 178,340.40 749,876.40 T O T A L 1,056,000 665,280 75,771,937.08 10,344,801.60 86,116,738.68 Note: Delivery Rate For The Distance Equal To >50km To 100km Shall Be Computed Based On The Kilometer Distance Multiply By Number Of Bags And Rate (delivery Fee = Number Of Kms X No. Of Bags X Rate Per Bag) 2. The National Food Authority (nfa) Region Iv (southern Tagalog) Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period From March To December 31, 2025. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non￾discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From National Food Authority (nfa) Region Iv (southern Tagalog) And Inspect The Bidding Documents At The Address Given Below During Monday To Friday (8:00am-5:00pm) Except Weekends And Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 20 February 2025 To 11 March 2025 Monday To Friday (8:00am-5:00pm) Except National Food Authority Region Iv Regional Bids And Awards Committee (rbac) Bidding Documents – Procurement Of Milling Services Including Delivery For National Food Authority (nfa) Region Iv (southern Tagalog) For Year 2025-rebidding Project Reference No. Ro4-rbac-goods-2025-05 Weekends And Holidays 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 As Follows: Lot No. Amount 1-laguna 595.00 2-occ. Mindoro 2,607.50 3-occ. Mindoro 2,607.50 4-occ. Mindoro 2,607.50 5-occ. Mindoro 2,607.50 6-occ. Mindoro 2,607.50 7-occ. Mindoro 2,607.50 8-occ. Mindoro 2,607.50 9-occ. Mindoro 2,607.50 10-occ. Mindoro 2,607.50 11-occ. Mindoro 2,607.50 12-occ. Mindoro 2,607.50 13-occ. Mindoro 2,607.50 14-occ. Mindoro 2,607.50 15-occ. Mindoro 2,607.50 16-occ. Mindoro 2,607.50 17-occ. Mindoro 2,589.00 18-palawan 1,713.00 29-palawan 3,670.00 20-palawan 1,884.50 21-quezon 435.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The National Food Authority (nfa) Region Iv (southern Tagalog) Office Will Hold A Pre-bid Conference On 27 February 2025 At 9:00am Through Videoconferencing, Which Can Be Accessed Through Zoom Meeting Application, Which Shall Be Open To Prospective Bidders: Meeting Id : 874 6709 5139 Passcode : 129316 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 11 March 2025 Until 9:00am. Late Bids Shall Not Be Accepted. National Food Authority Region Iv (southern Tagalog) 3rd Floor Conference Room, Nfa Office Building Jp Laurel Highway, Brgy. Balagtas, Batangas City 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 11 March 2025 At 9:30am At 3rd Floor Conference Room National Food Authority Office Building, Jp Laurel Highway, Brgy. Balagtas, Batangas City And/or Via Zoom Meeting Application. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Meeting Id : 873 3567 5163 Passcode : 291202 10. The National Food Authority (nfa) Region Iv (southern Tagalog) 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. National Food Authority Region Iv Regional Bids And Awards Committee (rbac) Bidding Documents – Procurement Of Milling Services Including Delivery For National Food Authority (nfa) Region Iv (southern Tagalog) For Year 2025-rebidding Project Reference No. Ro4-rbac-goods-2025-05 11. For Further Information, Please Refer To: Name Of Contact Person : Ms. Sherry Christine B. Milanes Head, Rbac Secretariat Ms. Maria Paz Dt. De Chavez Head, Technical Working Group (twg) Name Of Office : National Food Authority Southern Tagalog Regional Office Postal Address : Jp Laurel Highway, Brgy. Balagtas, Batangas City 4200 Email Address : Bac.region4@nfa.gov.ph Telephone Number : (043) 724-7481/783-3325 Website Address : Www.nfa.gov.ph 12. You May Visit The Following Websites Notice.philgeps.gov.ph And Www.nfa.gov.ph For Downloading Of Bidding Documents: Date Issued: 18 February 2025 Approved By: Elimar C. Regindin Chairperson Regional Bids And Awards Committee (rbac) Nfa Region Iv (southern Tagalog)
Closing Date11 Mar 2025
Tender AmountPHP 86.1 Million (USD 1.4 Million)

Municipality Of Santol, La Union Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of La Union Municipality Of Santol Ofice Of The Bids And Awards Committee Invitation To Bid Establishment Of Senior Citizen Center. 1. The Municipality Of Santol, Through The Lgsf Intends To Apply The Sum Of Five Million Pesos Only (php 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Establishment Of Senior Citizen Center, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Santol Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 136 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Santol Through The Office Of The Bids And Awards Committee And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19-march 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. 6. The Municipality Of Santol Will Hold A Pre-bid Conference On February 26, 2025 At 9:00 Am At Bids And Awards Committee Office, Municipal Hall, Poblacion, Santol, La Union, 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 11, 2025 At 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 11, 2025 At 10:00 Am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Santol Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Lorna M. Ominga Bac Chairman/meo Cp# 09953627153 Email Add: Bac_office@yahoo.com Poblacion, Santol, La Union Engr. Lorna M. Ominga Municipal Engineer Bac Chairman
Closing Date11 Mar 2025
Tender AmountPHP 5 Million (USD 86.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Inaon, Pulilan, Bulacan Contract Id No. : 25cc0466 Locations : Pulilan, Bulacan Scope Of Works : Construction Of Two-storey Multi-purpose Building With Micro Pile,11.50m X 11.70m Approved Budget For The Contract : P14,849,196.80 Contract Duration : 150 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On March 11, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara District Engineer Date Of Publication: February 19, 2025– March 11, 2025
Closing Date11 Mar 2025
Tender AmountPHP 14.8 Million (USD 256.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For 1. Contract Id : 25nf0051 Contract Name : Construction Of Drainage Structure, Barangay Poblacion, General Luna, Surigao Del Norte Location Of The Contract: General Luna, Surigao Del Norte Brief Description : Flood Control: Construction–drainage Approved Budget For The Contract (abc): Php 55,641,900.00 Source Of Funds : Fy 2025 Gaa Contract Duration : 321 Calendar Days Bid Document Fee: Php 50,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 55,641,900.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0051, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 321 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). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Medium A; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 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 Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 From Given Address And Website/s Below, In The Amount Of Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte 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 As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before March 13, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From February 19, 2025 To March 13, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On February 27, 2025 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before March 13, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids March 13, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 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 13, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [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] 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 Rlrr 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. 11. The Department Of Public Works And Highways Surigao Del Norte 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: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph February 17, 2025 Date Of Issue Demilyn M. Castrence Bac Vice-chairperson Date Of Publication: February 19-25, 2025 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date13 Mar 2025
Tender AmountPHP 55.6 Million (USD 961.6 K)

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description A. Contract Id : Antipolo-10march2025-07 B. Name Of Project : Construction Of Bagsakan Center At Government Center, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description : Construction Of Bagsakan Center E. Major Item Of Works : Structural/ Concrete Works; Steel Works; Tinsmithry F. Approved Budget For The Contract : Php 15,000,000.00 G. Duration : 180 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 19 - March 10, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 26, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 10, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 10, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Closing Date10 Mar 2025
Tender AmountPHP 15 Million (USD 259.2 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aklan District Engineering Office Region Vi Toting Reyes St., Kalibo, Aklan Invitation To Bid For Contract Id No.: 25ga0123 Contract Name: Construction Of Municipal Building In Altavas, Aklan 1. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan, Through The Fy 2025 Gaa 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 Contract Id No. 25ga0123 – Construction Of Municipal Building In Altavas, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Municipal Building Contract Id No. : 25ga0123 Locations : In Altavas, Aklan Scope Of Works : Removal/demolition Of Existing Structure At The Front Of Municipal Hall And Construction Of Extension Municipal Building Partial Only(concreting Of F1,f2, Ftb,wf And C1, C2 (3m Height From Finish Floor Line) From Grid D To E) Masonry Works, Ceiling Works On Ground Floor And Second Floor And Repainting Of Existing Municipal Hall From Grid A To D Including Painting Of Ground Floor And Second Floor Ceiling And Electricals Works( Refer To Pow For The Scope Of Works) Approved Budget For The Contract : P 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 C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enrol 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) C. Letter Of Intent (for Foreign Funded Projects) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan And Inspect The Bidding Documents At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan 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 19, 2025 – March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Will Hold A Pre-bid Conference On February 26, 2025 At 10:00 A.m At Bac Conference Room, Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_aklan@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 11, 2025 Immediately After The Deadline Of The Submission Of Bids At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Maria Paula P. Garcia-custodio Oic – Procurement Unit (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph Ernan I. Bañes Bac Chairperson (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph
Closing Date11 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Multi-purpose Building Barangay Malawak, Bustos, Bulacan Contract Id No. : 25cc0469 Locations : Bustos, Bulacan Scope Of Works : Construction Of Three-storey With Rood Deck Multi-purpose Building With Micro Pile,12.50m X 6.00m Approved Budget For The Contract : P18,809,729.84 Contract Duration : 180 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On March 11, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara District Engineer Date Of Publication: February 19, 2025– March 11, 2025
Closing Date11 Mar 2025
Tender AmountPHP 18.8 Million (USD 325 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan De Oro City 1st District Engineering Office Bulua, Cagayan De Oro City Invitation To Bid 1. The Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office Through The Fy 2025 Annual Infrastructure Program Based On General Appropriations Act (gaa) Intends To Apply The Sum Tabulated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Access Road, Barangay Baikingon, Cagayan De Oro City Location : Brgy. Baikingon, Cagayan De Oro City Contract Id No. : 25kh0074 Scope Of Works : Construction Of Access Road As Per Plan Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 73 Calendar Days Cost Of Bidding Documents : Php 5,000.00 License Category/size Range : C & D/ Small B License Classification : General Engineering Name Of Contract : Construction Of Access Road, Barangay Bayanga, Cagayan De Oro City Location : Brgy. Bayanga, Cagayan De Oro City Contract Id No. : 25kh0075 Scope Of Works : Construction Of Access Road As Per Plan Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 73 Calendar Days Cost Of Bidding Documents : Php 5,000.00 License Category/size Range : C & D/ Small B License Classification : General Engineering Name Of Contract : Construction Of Access Road, Barangay Iponan, Cagayan De Oro City Location : Brgy. Iponan, Cagayan De Oro City Contract Id No. : 25kh0076 Scope Of Works : Construction Of Access Road As Per Plan Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 73 Calendar Days Cost Of Bidding Documents : Php 5,000.00 License Category/size Range : C & D/ Small B License Classification : General Engineering Name Of Contract : Rehabilitation Of Lumbia-pagalungan Road, Cagayan De Oro City Location : Cagayan De Oro City Contract Id No. : 25kh0077 Scope Of Works : Rehabilitation Of Road As Per Plan Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 149 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : C & D/ Small B License Classification : General Engineering Name Of Contract : Rehabilitation Of Road, Barangay Iponan, Cagayan De Oro City Location : Brgy. Iponan, Cagayan De Oro City Contract Id No. : 25kh0078 Scope Of Works : Rehabilitation Of Road As Per Plan Approved Budget For The Contract : Php 39,200,000.00 Contract Duration : 208 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Engineering Name Of Contract : Rehabilitation Of Road, Lower Balulang, Barangay Balulang, Cagayan De Oro City Location : Brgy. Balulang, Cagayan De Oro City Contract Id No. : 25kh0079 Scope Of Works : Rehabilitation Of Road As Per Plan Approved Budget For The Contract : Php 49,000,000.00 Contract Duration : 395 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Engineering Name Of Contract : Construction Of Balongkot, Dansolihon-batinay, Tagpangi Road, Cagayan De Oro City Location : Cagayan De Oro City Contract Id No. : 25kh0080 Scope Of Works : Construction Of Road As Per Plan Approved Budget For The Contract : Php 49,500,000.00 Contract Duration : 168 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Engineering Name Of Contract : Construction Of Multi-purpose Building, Barangay Mambuaya, Cagayan De Oro City Location : Brgy. Mambuaya, Cagayan De Oro City Contract Id No. : 25kh0081 Scope Of Works : Construction Of Multi-purpose Building As Per Plan Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 180 Calendar Days Cost Of Bidding Documents : Php 10,000.00 License Category/size Range : C & D/ Small B License Classification : General Building Name Of Contract : Construction Of Pedestrian Overpass At Cdo-airport-bukidnon Rd - K1444 + 791, Cagayan De Oro City Location : Cagayan De Oro City Contract Id No. : 25kh0082 Scope Of Works : Construction Of Pedestrian Overpass As Per Plan Approved Budget For The Contract : Php 24,125,000.00 Contract Duration : 263 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Engineering Name Of Contract : Construction Of Multi-purpose Building, Barangay Besigan, Cagayan De Oro City Location : Brgy. Besigan, Cagayan De Oro City Contract Id No. : 25kh0083 Scope Of Works : Construction Of Multi-purpose Building As Per Plan Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 180 Calendar Days Cost Of Bidding Documents : Php 10,000.00 License Category/size Range : C & D / Small B License Classification : General Building Name Of Contract : Construction Of The Multi-purpose Building (senator Aquilino Pimentel, Jr. Barangay Economic Enterprise (sap-bee)), Kauswagan, Cagayan De Oro, Misamis Oriental Location : Brgy. Kauswagan, Cagayan De Oro City Contract Id No. : 25kh0084 Scope Of Works : Construction Of Multi-purpose Building As Per Plan Approved Budget For The Contract : Php 29,700,000.00 Contract Duration : 275 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Building 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category For License Classification Stated Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office And Inspect The Bidding Documents At Bulua, Cagayan De Oro City During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 Until March 10, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 2:00 Pm At The Conference Room, Dpwh Cagayan De Oro City 1st Deo, Bulua, Cagayan De Oro City And/or Through Youtube Live (youtube Channel - @dpwhcagayandeorocity1stdeo), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Buying Of Tender Documents Is Until March 10, 2025 At 10:00 Am Only. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cagayandeoro1@dpwh.gov.ph For Electronic Submission On March 10, 2025 Until 10:00 Am. Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) For Sole Proprietorship; Or Board/partnerships/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative Which Is Contract Specific And Presentation Of Company Id Or Any Government Issued Id. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 10, 2025 Immediately After The Deadline For The Submission Of Bid At The Conference Room, Dpwh – Cagayan De Oro City 1st District Engineering Office And/or Through Youtube Live. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Elviro S. Saligumba Jennifer M. Banaag Chief, Quality Assurance Section Engineer Ii Bac, Chairperson Acting Head, Procurement Unit The Bac Chairperson Department Of Public Works And Highways – Cagayan De Oro City 1st Deo Bulua, Cagayan De Oro City Email Address: Dpwhcdoc1stdeopru@gmail.com 14. You May Visit The Following Websites For Downloading Of Bidding Documents: Dpwh And Philgeps Websites Approved By: Elviro S. Saligumba Chief, Quality Assurance Section Bac Chairperson Noted: Ana Lee M. Manzano, Dm, Aer District Engineer
Closing Date10 Mar 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
7681-7690 of 10000 active Tenders