Website Tenders
Website Tenders
City Of Koronadal, South Cotabato Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 1.2 Million (USD 21.4 K)
Details: Description Invitation To Bid For The Repair Of Demo Farm Laboratory (lot 1), Inland Fish Grow-out Pond Rehabilitation (lot 2) & Inland Fish Hatchery Expansion (lot 3), City Demo Farm Brgy. Gps, City Of Koronadal 1. The City Government Of Koronadal, Through The Local Development Fund 2021 For Lot 1 & Local Development Fund 2024 For Lots 2 & 3, Intends To Apply The Sum Of Four Hundred Ninety-six Thousand, Five Hundre-six Pesos & 56/100 (php 496,506.56) For Lot 1, Two Hundred Forty-seven Thousand, Eight Hundred Nineteen Pesos & 08/100 (php 247,819.08) For Lot 2 & Four Hundred Ninety-seven Thousand, Six Hundred Sixty-eight Pesos & 94/100 (php 497,668.94) For Lot 3, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Repair Of Laboratory, Inland Fish Grow-out Rehabilitation & Inland Fish Hatchery Expansion, City Demo Farm, Brgy. Gen Paulino Santos, City Of Koronadal With Project Identification Number: Itb-kor: 25-03-0052 Agri. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Koronadal Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within A Maximum Of Thirty (30) Calendar Days For Lots 1 & 2 & Forty-five (45) Calendar Days For Lot 3. Bidders Should Have Completed, Within Ten (10) 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 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 City Government Of Koronadal And Inspect The Bidding Documents At The Address Given Below During Office Hours From 25 February 2025 To 12:00 Nn, 18 March 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders During Office Hours From 25 February 2025 To 12:00 Nn, 18 March 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 (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Koronadal Will Hold A Pre-bid Conference On 04 March 2025, 2:00 Pm At The Bids And Award Committee (bac) Office, 3f, Room 301, New City Hall, Purok Villegas, Brgy. Zone Iii, City Of Koronadal Which Shall Be Open To Prospective Bidders. Subject To The Availability Of Internet, Bidders Who Will Opt To Attend The Pre-bid Conference Via Zoom Teleconference May Connect Using The Following Link And Details: Zoom Link: Https://us02web.zoom.us/j/81221623083?pwd=qqz57axd8b4w1qh0oxnl5snrl29twn.1 Meeting Id: 812 2162 3083 Passcode: 332628 7. Bids Must Be Duly Received By The Bac Secretariat At The Office Address Indicated Below Through Manual Submission And/or Online Or Electronic Submission On Or Before 18 March 2025, 12:00 Nn. 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 18 March 2025, 2:00 Pm At The Bids And Award Committee (bac) Office, 3f, Room 301, New City Hall, Purok Villegas, Brgy. Zone Iii, City Of Koronadal. Philippine Standard Time (pst) Observed At The Bac Office Shall Be Followed As The Official Time. Online Bid Documents Shall Be Sent Thru Electronic Mail @ Lgubackor@gmail.com ; All Documents Should Be In A Portable Document Format (.pdf) File Format; Maximum Document Resolution Is 240 Dpi (dots Per Inch) Compressed In A Password Encrypted File Compression Programs Stated Below: - Winzip - Winrar Online Submission Of Bids Is Allowed Provided That It Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Nonresponsive And, Thus, Automatically Disqualified. Subject To The Availability Of Internet, Bidders Who Will Opt To Attend The Bid Opening Via Zoom Teleconference May Connect Using The Following Link And Details: Zoom Meeting: Https://us02web.zoom.us/j/81996396645?pwd=zjsxvjem2zwtclg2xuhlms7m0yd6ad.1 Meeting Id: 819 9639 6645 Passcode: 956250 10. The City Government Of Koronadal 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: Ms. Arlene P. Ayoyon Supervising Administrative Officer Head- Bac Secretariat Bids And Awards Committee (bac) Office 3/f, Room 301, New City Hall, Purok Villegas, Brgy. Zone Iii, City Of Koronadal Tel. No. (083) 228-1737 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.philgeps.gov.ph For Online Bid Submission, Email Us At: Lgubackor@gmail.com For Use Of Official Bidding Forms And Templates, Download It At: Https://www.gppb.gov.ph/downloadable-forms Sgd Ar. En.p., Marvin V. Alegria, Fuap, Piep Bac Chairperson
City Of Alaminos Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 184.1 K (USD 3.1 K)
Details: Description Republic Of The Philippines City Of Alaminos Province Of Pangasinan Barangay Poblacion Invitation To Bid For The Site Development Of Proposed Day Care Center At Brgy. Poblacion, City Of Alaminos, Pangasinan 1. The Barangay Council Of Poblacion, City Of Alaminos, Pangasinan Through Its Development Fund Intends To Apply An Amount Of One Hundred Eighty Four Thousand One Hundred Forty Three Pesos And 75/100 Only (php 184,143.75)being The Approved Budget For The Contract (abc) For Payment Under The Contract For The Site Development Of Proposed Day Care Center At Brgy. Poblacion, City Of Alaminos, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Council Of Poblacion, City Of Alaminos, Pangasinan Now Invites Bids For The Site Development Of Proposed Day Care Center At Brgy. Poblacion, City Of Alaminos, Pangasinan. Completion Of The Works Requires Fifteen (15) 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 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Barangay Council Of Poblacion, City Of Alaminos, Pangasinan And Inspect The Bidding Documents At The Address Given Below From February 25 – March 4, 2025. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) At The Bac Secretariat, Bgry. Poblacion Multi-purpose Hall Building, City Of Alaminos, Pangasinan. Bidding Documents May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Fee For The Bidding Documents Prior To The Submission Of Bids. 6. Bids Must Be Delivered On Or Before March 4, 2025, 10:00 A.m. At Bgry. Poblacion Multi-purpose Hall Building, City Of Alaminos, Pangasinan. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 Of The Revised Irr Of Ra 9184 Or Bid Securing Declaration. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On March 4, 2025, 10:00 A.m. At Bgry. Poblacion Multi-purpose Hall Building, City Of Alaminos, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Or Bidders’ Representatives Who Choose To Attend At The Address Above. 8. The Barangay Council Of Poblacion, City Of Alaminos, Pangasinan 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. 9. For Further Information, Please Refer To: Bac Secretariat Multi-purpose Hall Building Brgy. Poblacion, City Of Alaminos, Pangasina
Lafayette Consolidated Government Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date28 Mar 2025
Tender AmountRefer Documents
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 4:00 P.m. Central Time On The 28th Day Of March, 2025 For The Following: 167118.5.8290 Abatement & Demolition And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Work: The Scope Of Work Shall Consist Of All Environmental Waste Removal, Decommissioning, Demolition Of Designated Structures, And Concrete And Soil Remediation Located At The Project Site And Shall Include All Labor, Equipment, Materials, Handling, Permitting, And Testing In Accordance With The Contract Drawings And Specifications. All Work Shall Be Completed Within Four Hundred Twenty-six (426) Calendar Days From Issuance Of Notice To Proceed. Refer To Article 5 Schedule, Completion And Stipulated Damages Of The General Conditions For Further Details. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com). Official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Christian Janes At Cjanes@lafayettela.gov. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail Within Forty-eight (48) Hours From Bid Opening . Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Contractor At The Website Listed Above. Bidders Submitting Bids Electronically Shall Include All Documents In One (1) Combined Pdf File With Bookmark(s) And Are Required To Provide One (1) Hard Copy Within Forty-eight (48) Hours From Bid Opening Through The Mail. Bidders Providing Bids My Mail, Shall Include One (1) Hard Copy With All Documents In One (1) Combined Pdf File With Bookmark(s) And Are Required To Provide An Electronic Copy In One (1) Usb Flash Drive. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Submission Of Confidential, Proprietary, Or Tradesecret Information (see La. R.s. 44:3.2(d) As A Public Entity, Lafayette Consolidated Government Is Subject To The Louisiana Public Records Law, Which May Require Submissions Of Bidders To Be A Public Record. Pursuant To La. R.s. 44:3.2(d), Bidders Who Submit Documents Or Information They Believe To Be Proprietary Or Trade Secret Must Clearly Mark Each Page Or Piece Of Information Which Is, In The Bidder’s Opinion, Proprietary Or Trade Secret And Must Also Submit With Such Information A Cover Sheet That Reads As Follows In Bold Type: Document Contains Confidential Proprietary Or Trade Secret Information La. R.s. 44:3.2(d) Requires Lafayette Consolidated Government To Make A Determination As To Whether A Bidders Submission Is In Fact Proprietary Or Trade Secret Information Within Thirty (30) Calendar Days Of The Bidder’s Submission. 167118.5.8290 – Notice To Bidders Rev 0 Page 2 Of 2 Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Written Evidence Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available Upon Request By Contacting Purchasing & Property Management Division, Located At 705 West University Avenue, Lafayette, Louisiana Upon Payment Of Fifty Dollars ($50.00) Per Set, Non-refundable, Made Payable To The Lafayette Consolidated Government. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Directed To Christian Janes By Email At Cjanes@lafayettela.gov. Within One (1) Week Upon Receipt Of The Invitation To Bid, Bidders Are Encouraged To Confirm Intent To Submit A Bid By Replying To The "invitation To Bid" Email Sent By Christian Janes (cjanes@lafayettela.gov). Bidders Are Requested To Attend A Mandatory Pre-bid Meeting, Which Will Be Held On March 12th, 2025 At 10 A.m. Central Time In The Engineering Conference Room 2 At The Lus Operations Center Located At 1314 Walker Rd., Lafayette, La 70506. Included In The Mandatory Pre-bid Meeting Will Be A Site Tour Of The Demolition Area. All Attendees Are Required To Provide The Following Minimum Personal Protective Equipment (ppe) Provisions; Closed Toe Shoes, Hard Hat, Shirt With Long Sleeves, Long Pants (no Shorts). Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of All Additive Line Items Of The Base Bid. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Working Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Calendar Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. In Accordance With Public Bid Law, Bids Are Valid For A Period Of Fortyfive (45) Calendar Days From The Time Of The Opening Of Bids. Bids Will Be Evaluated By The Owner Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Bidders And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 337-291-8410. Publish Dates: 02-19-25; 02-23-25; 03-02-25 Purchasing Division Dpr 992304 Lafayette Consolidated Government
MUNICIPALITY OF SALUG, ZAMBOANGA DEL NORTE Tender
Others
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 199 K (USD 3.4 K)
Details: Description The Local Government Unit Of Salug Intends To Apply The Sum Of One Hundred Ninety-nine Thousand Eighty-seven Pesos And Fifty Centavos (php 199,087.50) Being The Abc To Payments Under The Contract For Office Supplies To Be Used For The Eccd Program Of The Municipal Social Welfare And Development Office. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The Local Government Unit Of Salug Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Fifteen (15) Calendar Days Upon The Receipt Of The Notice To Proceed. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of Salug And Inspect The Bidding Documents At The Address Given Below During 08:00 A.m. To 05:00 P.m. During Weekdays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 From The Given Address And Website Below In The Amount Of One Hundred Ninety-nine Pesos And Nine Centavos (php 199.09). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through An Official Receipt From The Office Of The Municipal Treasurer Of The Procuring Entity. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 04, 2025, 09:00 O’clock In The Morning. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 04, 2025, 10:00 O’clock In The Morning At The Office Of The Bids And Awards Committee Secretariat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Local Government Unit Of Salug Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Chembert Patoc Dataro Bac Head Secretariat Local Government Unit Salug, Zamboanga Del Norte Datarochembert@gmail.com Porferio B. Brobo, Jr. Bac Chairman Local Government Unit Salug, Zamboanga Del Norte
City Government Of Davao Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Soon28 Feb 2025
Tender AmountPHP 90 K (USD 1.5 K)
Details: Description Requesting For Quotation (rfq) For Pr No. 25011372 Interested Suppliers Are Invited To Submit Sealed Price Quotations For The Above Listed Items. The Request For Quotation (rfq) For May Be Obtained From Mr. Albert A. Camarillo City General Services Office (cgso) Davao Located At City Hall Drive, City Hall, Davao City, Tel. 227-6055 Starting February 25, 2025 Or You May Download The Form At This Website. The Deadline For Submission Of Quotation Is On February 28, 2025 12:00 P.m.
City Government Iligan Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date18 Mar 2025
Tender AmountPHP 5.7 Million (USD 100.1 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund 2024/sb No. 2, Intends To Apply The Sum Of P 5,796,997.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Additional Steel Hanging Bridge, Panoroganan, Panoroganan, Brgy. Rogongon, Iligan City With Project No. Cb(b)- 25-009 (ceo-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: Additional Steel Hanging Bridge, Panoroganan, Panoroganan, Brgy. Rogongon, Iligan City Scope Of Work : General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization/demobilization Bridge Construction • Installation Of 50mm @ Wire Rope For Main Cable, 12mm ® Wire Rope For Messenger Cable Support And Stabilizer And 10mm © Wire Rope For Aircraft Cable Suspender And Aircraft Cable Lashing • Use 2ls - 50mm X 50mm X 3mm Thk. Tubular For Carrier, Railings Post And Floor Runner • Use 6mm Thk. Expanded Metal For Flooring • Use 3mm Thk. X 75mm Welded Wire Mesh For Railings • Painting Of All Steel Structures • All Surfaces Must Be Property Clean Before Repainting (1 Coat Primer, 2 Coats Final) I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14" Coco Lumber, 2"x3"x10" Coco Lumber, 2"x2"x8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii./iv. Finishing A. Structural Steel And Wire Cables (q = 1.00 Lot) Includes 50mm Iwrc Main Cable, 10mm Aircraft Cable, 3mm X 75mm Welded Wire Mesh, 6mm Thk. Expanded Metal Flooring, Steel Plate6mm Thk., 25mm X 3mm Thk. Flat Bar (clip), 50mm X 50mm X 3.5mm L-bar, 25mm X 25mm X 3mm Thk. L-bar, 38mm X 75mm X 2mm Thk. Tubular, 50 X 6mm Thk. Flat Bar X 6m, Paint Roller 7" W/ Paint Tray, Ероху Primer, Welding Rod, Cutting Disk, Grinding Disk, Hauling Cost Of Materials. B. Metal Structure Accessories (q = 1.00 Lot) Includes 50mm Heavy Duty Turning Buckle, 20mm Heavy Duty Turning Buckle, 10mm X (65mm U) Plain Round Bar Holder (eb-1), 10mm X (100mm U) Plain Round Bar Holder (eb-2), 50mm Cable Clip (g-450 Red), 12mm Cable Clip (g-450 Red), 10mm X 150mm U-bolt, 10mm Bolt W/ Nut, 10mm Zipline Wire Rope, Thimble, 6mm Dia. Pin Lock, Duct Tape, Hauling Cost Of Materials. Note: For Further Details Please See Attached Plan And Specifications. Approved Budget For The Contract (abc) : P 5,796,997.90 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 One Hundred Ten (110) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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. 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 Office Of The Bids And Awards Committee, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement : February 18, 2025 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 2. Issuance Of Bid Documents: February 25 – March 18, 2025 8:00 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 3. Pre-bid Conference : March 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Palao, Iligan City 4. Submission Of Bids : March 18, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids : March 18, 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 10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, 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: (signed) Darwin J. Manubag,ph.d. Bac Chairman Date Of Advertisement/posting: February 25, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-009 (infra)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 9.6 Million (USD 166.7 K)
Details: Description Invitation To Bid For Construction Of Road At Barangay Amontay, Binalbagan, Negros Occidental 1. The Dpwh, Negros Occidental 2nd District Engineering Office Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 9,650,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gl0134 - Construction Of Road At Barangay Amontay, Binalbagan, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Negros Occidental 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road At Barangay Amontay, Binalbagan, Negros Occidental Contract Id No. : 25gl0134 Locations : Binalbagan, Negros Occidental Scope Of Works : Concreting Of 473.00 L.m. Portland Cement Concrete Pavement With A Width Of 2.50m In Both Lanes And A Thickness Of 230 Mm, With Shoulder, And Slope Protection On Selected Areas Approved Budget For The Contract : Php 9,650,000.00 Contract Duration : 50 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C&d / Size Range Small B 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, Negros Occidental 2nd District Engineering Office And Inspect The Bidding Documents At Binalbagan, Negros Occidental 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 25 - March 17, 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 10,000.00. 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, Negros Occidental 2nd District Engineering Office Will Hold A Pre-bid Conference On March 05, 2025, 9:30 A.m. At Bac Conference Room, Dpwh-negros Occidental 2nd Deo, Binalbagan, Negros Occ., 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_negrosoccidental2@dpwh.gov.ph For Electronic Submission On Or Before March 17, 2025, 9:30 A.m.. 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 17, 2025, 10:30 A.m. At Bac Conference Room, Dpwh-negros Occidental 2nd Deo, Binalbagan, Negros Occ.. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh, Negros Occidental 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Glory June T. Maravilla Head, Procurement Unit Dpwh, Negros Occ. 2nd Deo Tel. No.: 034-3888256 Loc. 60014 Maravilla.glory_june@dpwh.gov.ph For Downloading Of Bidding Documents: Dpwh.gov.ph Or Https://notices.philgeps.gov.ph For Online Bid Submission: Electronicbids_negrosoccidental2@dpwh.gov.ph Dates Of Publication Philgeps & Dpwh Website : February 25 - March 17, 2025 ___________________________________ Engr. Marjorie G. Diño Bac-chairperson
Caraga Regional Hospital Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date25 Mar 2025
Tender AmountPHP 200 Million (USD 3.4 Million)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Reference: Ib No. 2025-03-25 (14) Design And Build: Construction Of 5 Storey Mri And Ward Building With Roof Deck Approved Budget For The Contract: Php 200,000,000.00 ================================================================== 1. The Caraga Regional Hospital (crh), Through The Internal Generated Fund (igf) 2025 Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Two Hundred Million Pesos Only ( Php 200,000,000.00 ) As To Payment Under The Contract For Design And Build: Construction Of 5 Storey Mri And Ward Building With Roof Deck. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. This Project Shall Be Completed Within 600 Calendar Days From Receipt Of The Notice To Proceed. 2. Section 23.4.2.4 Of Irr Of Ra 9184. The Bidder Must Have Completed An Slcc That Is “similar” To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid And With Valid Pcab License Category A, Medium B. Provided, However, That Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab. Slcc Shall Be 5 Years From The Opening Of Bids. (based On Completed Date). Furthermore, This Procurement Project Is Governed And Shall Be Adopted In Accordance With Annex-g – Guidelines For The Procurement And Implementation Of Contracts For Design And Build Infrastructure Projects Of The Irr Of Ra 9184. Slcc Must Have Network And Resources In Place (engineering Field Offices, Warehouse And/or Motor Pool For Equipment) In At Least Three (3) Major Cities To Mobilize Design And Build Services. 3. Moreover, A Contract Shall Be Considered “similar” To The Contract To Be Bid If It Has The Same Major Categories Of Work Of At Least 3 Storey Building With Mechanical, Electrical, Plumbing, And Fire Protection (mepf), Piped-in Oxygen, Elevator, Solar Power, Paging System And Telephone System (pabx) And Cctv. Hence. The Procuring Entity May Clarify In The Bidding Documents What Is Regarded As Major Categories Of Work. (23.5.2.5a) 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) 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. 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 To March 25, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference March 11, 2025 At 9:00 A.m. Via Zoom Platform Join Zoom Meeting Https://us06web.zoom.us/j/81163931725?pwd=be9limdsdofhbx9pbszdntvp5clgdm.1 Meeting Id: 811 6393 1725 Passcode: 207939 Deadline Of Submission Of Bids March 25, 2025 At 10:00 A.m. Bidder Shall Submit Their Bids At Bac Office, Caraga Regional Hospital, Surigao City. This Is A Physical Submission. The Bidder Shall Submit 3 Copies Of Technical And Eligibility Documents And Financial Documents, In Sealed. Please See Instruction For The Submission Of Bids. Please Be Advised That Failure To Submit Bidding Documents On Time Will Result An Automatic Rejection And Disqualification. Opening Of Bids March 25, 2025 At 2:00 P.m. At Bac Office, Caraga Regional Hospital, Surigao City Face To Face Complete Philippine Bidding Documents Please Click The Link Below For The Complete Philippine Bidding Documents: Https://drive.google.com/drive/folders/1jf2fu4sztojvvxr3l98k1tz1asbpgiin?usp=sharing Bidding Documents Php 50,000.00 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. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items/plans/ And Other Relevant Documents B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) D. Philippine Bidding Documents 8. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 9. Bids Must Be Duly Received By The Bac Secretariat On Or Before March 25, 2025 At 10:00 O’clock In The Morning At Bac Office, Caraga Regional Hospital, Surigao City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 25, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Face To Face Or Physical Submission. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend In The Face To Face Opening Of Bids. Late Bids Shall Not Be Accepted. 10. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. For Bidders To Be Engaged As A Contractor And Engaged Into Jva, A Special Pcab License For Jvas Issued Pursuant To Section 38 Of Ra4566 And Section 3.5 Of Its Associated Irr Must Be Submitted As Part Of The Technical Eligibility Documents. The Submission Of Pcab License And Registration Individually Issues To Each Jv Partner Will Not Suffice. 11. The Crh 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. 12. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 13. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 14. The Bac Will Be Automatically Rejected If Bidding Documents Submitted Via Electronic. 15. Please Fill Up The Caraga Regional Hospital Supplier’s Registry To This Link: Https://bit.ly/crh_suppliersregistry 16. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Smart/tnt 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Account: Crh Bac Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Department Of Education Division Of Zamboanga City Tender
Machinery and Tools
Philippines
Closing Soon28 Feb 2025
Tender AmountPHP 233.6 K (USD 4 K)
Details: Description The Department Of Education – Schools Division Office Of Zamboanga City Through Its Bids And Awards Committee (bac) Is Inviting Philgeps Registered Distributors/suppliers/manufacturers To Apply For Eligibility And To Quote For The Hereunder Project: 2025-02-0021 Purchase Of Carpentry Tools For The Use Of Special Education At Tetuan Central School Sped Center X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X Important Notice To The Suppliers: * Prospective Suppliers May Obtain Further Information By Visiting Deped – Schools Division Office Of Zamboanga City At Baliwasan Chico, Zamboanga City During Office Hours 8:00 A.m. To 5:00 P.m. Contact The Bac Secretariat @ 993-1514 Local 2019 For The Issuance Of The Signed Quotation. *bidders Shall Quote The Prescribe Quotation. * Fill Up And Sign The Quotations And Canvasser's Form To Be Summited Together With The Copies Of The Philgeps Certificate, Mayor's Permit, Tax Clearance Certificate, And Omnibus Sworn Statement In A Sealed Envelope Indicating The Company's Name, Project Number And Address To The Bac Chairperson. The Deadline Of The Submission Of Quotation Will Be The Same Closing Date And Time As Posted In The Philgeps Website And Must Be Marked Received By The Records Section To Be Dropped In The Drop Box Located In The Sdo Admin Building.
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Mar 2025
Tender AmountPHP 24.7 Million (USD 427.7 K)
Details: Description Invitation To Bid For Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building, Barangay San Ramon, Dinalupihan, Bataan - Contract Id No. 25co0065 1. The Dpwh – Bataan 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 24,750,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25co0065: Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building, Barangay San Ramon, Dinalupihan, Bataan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bataan 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works. Name Of Contract : Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building, Barangay San Ramon, Dinalupihan, Bataan Contract Id No. : 25co0065 Locations : Dinalupihan, Bataan Scope Of Works : Multi-purpose Building Approved Budget For The Contract : Php 24,750,000.00 Contract Duration : 360 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 Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From Dpwh – Bataan 3rd District Engineering Office And Inspect The Bidding Documents At The Bac – Secretariat/ Procurement Unit, This Office From 8:00 A.m. – 5:00 P.m. During Weekdays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 25, 2025 – March 17, 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 25,000.00. 7. 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 Dpwh – Bataan 3rd District Engineering Office Will Hold A Pre-bid Conference On March 4, 2025 – 9:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarters, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 878 7580 7197 And Passcode: Dpwhbat3) And Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo), 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_bataan3@dpwh.gov.ph) For Electronic Submission From February 25, 2025 To March 17, 2025 Before 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 17, 2025 At 10:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarters, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bataan3_deo). Late Bids Shall Not Be Accepted. 12. The Dpwh – Bataan 3rd 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Of 34.3(b) (ii) C) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Revised Irr 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. 13. For Further Information, Please Refer To: Katrina M. Lacanlale Head, Bac Secretariat Dpwh – Bataan 3rd Deo Temporary Headquarters, Dpwh Bataan 2nd Deo Compound, Vicarville Subd., Bagong Silang, Balanga City, Bataan 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan3@dpwh.gov.ph Date Of Issue: February 25, 2025 ________________________________ Henry John U. Morada Assistant District Engineer Bac - Chairperson
71-80 of 10000 active Tenders