Website Tenders
Website Tenders
Municipality Of Monkayo, Compostela Valley Tender
Software and IT Solutions...+1Telecommunication Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Ict Equipment For Mvmo, Mhrmo, Mbo And Mpdo (rebidding) 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of One Hundred Twenty-six Thousand Pesos Only (php 126,000.00) Being The Abc To Payments Under The Contract For Procurement Of Ict Equipment For Mvmo, Mhrmo, Mbo And Mpdo (rebidding) / Pb-2025-005. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference January 14, 2025 Advertising/ Posting Of Invitation To Bid January 30, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 31, 2025 (8:00 Am To 5:00 Pm) To February 11, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission February 11, 2025 (1:00 Pm) Opening Of Bids February 11, 2025 (2:00 Pm) 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, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 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. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 (8:00 Am-5:00 Pm) To February 11, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before February 11, 2025, 1:00 Pm Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On February 11, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 30, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Closing Soon11 Feb 2025
Tender AmountPHP 126 K (USD 2.1 K)
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Sta. Cruz, Salcedo, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Six Hundred Thousand Pesos Only (php3,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-053 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Sta. Cruz, Salcedo, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (3.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)a – Structural Steel Roof Truss (9,453.79 Kg), Item No. 1047(2)b – Structural Purlins (3,769.88 Kg), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (288.00 Each), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (36.00 Each), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Each), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Each), Item No. 1014(1)b1 – Prepainted Metal Sheets, Long Span (534.21 Sq.m,), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (31.00 L.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (96.47 L.m.), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (62.00 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (96.47 M), Item No. 1032(1)c – Painting Works (metal Painting) 844.48 Sq.m.), Item No. 1001(1)a – 50mm ₡-100mm ₡ Pvc Pipe, Series 6001 Series 1000 (48.00 M), Item No. Spl-1 – Backboard Support (1.00 Lot), Item No. Spl-2 – Scaffolding (1.00 L.s.), Completion Of The Works Is Required Within 100 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, 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 Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Soon7 Feb 2025
Tender AmountPHP 3.6 Million (USD 61.5 K)
Municipality Of Santa Barbara, Pangasinan Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Sta. Barbara Bids And Awards Committee Invitation To Bid For Expansion Of Multi-purpose 1) Gymnasium, Brgy. Maningding; 2) Hall, Phase I, Brgy. Banzal; 3) Hall, Phase I, Brgy. Maronong; And 4) Hall, Phase I, Brgy. Gueguesangen 1.the Municipality Of Sta. Barbara, Pangasinan, Through The 20% Economic Development Fund For Cy 2025 Intends To Apply The Sum Of Three Million Six Hundred Thousand Pesos (p 3,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Expansion Of Multi-purpose 1) Gymnasium, Brgy. Maningding (p1,600,000.00); 2) Hall, Phase I, Brgy. Banzal (p1,000,000.00; 3) Hall, Phase I, Brgy. Maronong (p500,000.00); And 4) Hall Phase I, Brgy. Gueguesangen (p500,000.00) Located At Brgys. Maningding, Banzal, Maronong, And Gueguesangen, Sta. Barbara, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. (lumpsum Bid Provided That It Does Not Exceed The Estimates). 2.the Municipality Of Sta. Barbara, Pangasinan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 168 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 Sta. Barbara And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 12:00 Noon And 1:00 P.m. To 5:00 P.m. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 5, 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 P 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6.the Municipality Of Sta. Barbara Will Hold A Pre-bid Conference On January 24, 2025, 9:00 A.m. At The Municipal Conference Room, 3rd Floor, New Municipal Building, Brgy. Maningding, Sta. Barbara, Pangasinan 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 February 5, 2025, 9:00 A.m.. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9.bid Opening Shall Be On February 5, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Municipality Of Sta. Barbara 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: Contact Person: Atty. Cynthia C. Natividad Head, Bac Secretariat Address: Maningding, Sta. Barbara, Pangasinan Contact No. 09310233036 Email Address: Sbpbidsandawardscommittee@gmail.com Sgd. Raymondo T. Santos Bac Chairperson
Closing Soon5 Feb 2025
Tender AmountPHP 3.6 Million (USD 61.5 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 Regional Office Vi Fort San Pedro, Iloilo City Invitation To Bid For Contract Id No.: 25gh0149 Contract Name: Construction Of Concrete Road, Barangay San Geronimo-lipata, Barotac Viejo, Iloilo The Department Of Public Works And Highways Regional Office Vi Through The Fy 2025 General Appropriations Act (gaa) 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 Contract Id No. 25gh0149– Construction Of Concrete Road, Barangay San Geronimo-lipata, Barotac Viejo, Iloilo. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways Regional Office Vi Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Concrete Road, Barangay San Geronimo-lipata, Barotac Viejo, Iloilo Contract Id No. : 25gh0149 Locations : Barotac Viejo, Iloilo Scope Of Works : Road Concreting – 0.23m Thick X 6.10m Width Pccp With Drainage Approved Budget For The Contract : Php 24,750,000.00 Contract Duration : 121 Calendar Days 2. 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 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage 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. 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 Expired 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 Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As “’government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Regional Office Vi And Inspect The Bidding Documents At Fort San Pedro, Iloilo City During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 16-february 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways Regional Office Vi Will Hold A Pre-bid Conference On January 23, 2025 At 2:00 P.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 8. 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. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_iloilo3@dpwh.gov.ph For Electronic Submission On Or Before February 06, 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. 10. Bid Opening Shall Be On February 06, 2025 At 10:00 A.m At Department Of Public Works And Highways Regional Office Vi, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways Regional Office Vi 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. For Further Information, Please Refer To: Marilou G. Zamora Bac Chairperson
Closing Soon6 Feb 2025
Tender AmountPHP 24.7 Million (USD 423.3 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n97113|feb|717-605-5834|amanda.r.hayward.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
special Shipping And Marking Instructions|6|x||x||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection / Acceptance Point - Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|334514|850||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
government Source Inspection Per Far 52.246-2 Is Required.
delivery 90 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Reflector,amber .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Reflector,amber Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; P/n Ss41a-s Reflector, Amber Mfg. Truck-lite Cage Code (13548); .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
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 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
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.
6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine
if The Item Meets The Minimum Requirements Of This Contract/purchase Order.
p/n Ss41a-s Reflector, Amber Mfg. Truck-lite Cage Code (13548)
Closing Date18 Feb 2025
Tender AmountRefer Documents
Province Of South Cotabato Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Province Ofsouth Cotabato Bids And Awards Commitee City Of Koronadal Invitation To Bid For Construction Of Riverbank Protection At Magsaysay Bridge, Brgy. Magsaysay Phase Ii, Polomolok, South Cotabato (early Procurement – Short Of Award) 1. The Provincial Government Of South Cotabato, Through The 20% Ldf 2025- Peo- 3.4.9- 1-07-03-020 Intends To Apply The Sum Of ₱ 5,000,000.00, Construction Of Riverbank Protection At Magsaysay Bridge, Brgy. Magsaysay Phase Ii, Polomolok, South Cotabato / Inf - Itb 25-033 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of South Cotabato Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “ Pass/ Fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Provincial Government Of South Cotabato And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., Mondays-fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 – February 6, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱ 5,000.00/set). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Or Through Electronic Means. Revised January 2021 (ref : Pbd Sixth Edition, July 2020) 6. The Provincial Government Of South Cotabato Will Hold A Pre-bid Conference On January 23, 2025, 2:00 P.m At Bids And Awards Committee (bac) Office, Provincial Capitol Compound, Alunan Avenue, Koronadal City, South Cotabato And/or Through Videoconferencing/webcasting Via Zoom Meeting, 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 February 6, 2025 At 12:00 Noon. 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 February 6, 2025, 2:00 Pm At The Given Address Below And/or Via Zoom Meeting. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of South Cotabato Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: John B. Magbanua Bids And Awards Secretariat Provincial Capitol Compound, Alunan Avenue Koronadal City, South Cotabato (083)228-8570 Or 228-9951 Email-add: Bacpgsc2016@gmail.com Website: Www.southcotabato.gov. Ph/opencontracting 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Website: Www.southcotabato.gov.ph/open-contracting / Https:// Notices. Philgeps.gov. Ph Date Of Issue: January 16, 2025 Atty. Marnito B. Cosep Provincial Legal Officer Bac Chairperson
Closing Soon6 Feb 2025
Tender AmountPHP 5 Million (USD 85.5 K)
Municipality Of Caba, La Union Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of La Union Municipality Of Caba Bids And Awards Committee Invitation To Bid For The Procurement Of Infrastructure Projects Of The Municipality The Local Government Unit Of Caba, La Union, Through The 20% Mdf Intends To Apply The Sum Of Ten Million Eight Hundred Twenty Nine Thousand Six Hundred Twenty Pesos And Eighty Centavos (php10,829,620.80) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Various Infrastructure Projects Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. C. R. # 01. Installation Of Solar Lighting System, Kalipkip, Liquicia - Php2,150,000.00 Brief Description: Structure Excavation, Rsb, Concrete Class A, Lamp Post, Solar Light C. R. # 02. Construction Of Slope Protection Within Slf, San Cornelio - Php2,750,000.00 Brief Description: Structure Excavation, Stone Masonry C. R. # 03. Construction Of Stage (north & South Wing), Pob Norte - Php2,000,000.00 Brief Description: Doors&windows, Tile&ceiling Works, Painting C. R. # 04. Continuation Of Agri-tourism Site, San Carlos - Php1,000,000.00 Brief Description: Siteworks/earthworks/fills, Rsb, Concrete Class A C. R. # 05. Development Of Caba Memorial Park/caba Public Cemetery, Pob. Norte - Php2,929,620.80 Brief Description: Structure Excavation, Rsb, Concrete Class A The Local Government Unit Of Caba, La Union Now Invites Bids For The Various Infrastructure Projects Listed Above. Completion Of The Works Required Is Seventy Five (75)days. 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 Error! Reference Source Not Found.. 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 Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. Interested Bidders May Obtain Further Information From The Local Government Unit Of Caba, La Union - Bac And Inspect The Bidding Documents At The Address Given Below From 8am To 5pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. Bac Activities Date Issuance And Availability Of Bidding Documents January 16 – February 05, 2025; Bac Office Pre-bid Conference January 24, 2025; 9:00am; Mun. Function Hall Submission And Receipt Of Bids February 05, 2025; 8:30am; Mun. Function Hall Opening Of Bids And Eligibility Check February 05, 2025; 9:00am; Mun. Function Hall Bid Evaluation February 06, 2025 Post-qualification February 07, 2025 Issuance Of Notice Of Award February 10, 2025 Contract Preparation And Signing February 11, 2025 Issuance Of Notice To Proceed February 12, 2025 Bids Must Be Delivered To The Address Below On Or Before February 05 , 2025; 8:30am. At Municipal Function Hall. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause Error! Reference Source Not Found.. 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. The Local Government Unit Of Caba, La Union 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. For Further Information, Please Refer To: Lisa P. Ugay Bac Secretary Municipal Hall, Pob. Norte Caba, La Union (072) 708-0116 Anthony P. Maglaya Bac Chairman
Closing Soon5 Feb 2025
Tender AmountPHP 10.8 Million (USD 185.2 K)
City Of Borongan Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Eastern Samar City Of Borongan -0- Bids And Awards Committee ------------------------------------------------------------------------------------------ Invitation To Bid Construction Of Borongan City Food Park At Baybay Boulevard, Borongan City, Eastern Samar 1. The City Government Of Borongan, Through The Capital Outlay – Tourism Office, A.o. 90, S. 2024, Annual Budget 2024, Intends To Apply The Sum Of Six Million Nine Hundred Ninety Nine Thousand Eight Hundred Pesos And Forty Centavos Only (php6, 999,800.40) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Borongan City Food Park At Baybay Boulevard, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Borongan Now Invites Bids For Construction Of 24-units (1.80m X 2.00m Food Stalls); 1-unit (2.00m X 5.30m Pergola); 2-units (2.00m X 3.20m Pergola) And 2-units (6.90m X 10.10m Covered Pergola). Completion Of The Works Is Required Two Hundred Thirty Two (232) 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, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Borongan And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm During Office Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Date Of Publication Until The Deadline Of Submission Of Bids 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 Ten Thousand Pesos (php10, 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 Borongan Will Hold A Pre-bid Conference At 9:00 A.m. On January 24, 2025, Bac Office, 3rd Floor, New Executive Building, City Of Borongan, Eastern Samar, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 6, 2025 At 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 6, 2025 At 9:00 A.m. 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. 10. The City Government Of Borongan 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. 11. For Further Information, Please Refer To: Ma. Joyse Claire Q. Caspe, Cpa Head, Bac Secretariat Bids And Awards Committee Cardona Corner Victoria Streets, 6800 Borongan City, Eastern Samar Lguboronganbac@gmail.com (sgd.) Atty. Romeo Alexis B. Devora City Legal Officer/bac Chairperson
Closing Soon6 Feb 2025
Tender AmountPHP 6.9 Million (USD 119.7 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 Zamboanga Del Norte 4th District Engineering Office Regional Office Ix M. Francisco, Siocon, Zamboanga Del Norte Invitation To Bid For 25jj0002 - Preventive Maintenance - Secondary Roads, Siocon-sirawai-sibuco-limpapa Rd - K2096 + (-507) - K2096 + (-040), K2096 + (-011) - K2097 + 522) The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte, Through The Fy 2025 Dpwh Infrastructure Program Based On General Appropriations Act (gaa) R.a. 12116 Intends To Apply The Sum Of Thirty Four Million Three Hundred Thousand Pesos Only (php 34,300,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25jj0002 Preventive Maintenance - Secondary Roads, Siocon-sirawai-sibuco-limpapa Rd - K2096 + (-507) - K2096 + (-040), K2096 + (-011) - K2097 + 522). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance - Secondary Roads, Siocon-sirawai-sibuco-limpapa Rd - K2096 + (-507) - K2096 + (-040), K2096 + (-011) - K2097 + 522) Contract Id No. : 25jj0002 Locations : Zamboanga Del Norte Scope Of Works : Preventive Maintenance - Secondary Roads Approved Budget For The Contract : Php 34,300,000.00 Contract Duration : 115 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B For Medium A. The Description Of An Eligible 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte And Inspect The Bidding Documents At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 Until February 13, 2025 @ 9:00 A.m. 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 Twenty Five Thousand Pesos Only (php 25,000.00). 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga Del Norte Will Hold A Pre-bid Conference On January 24, 2025 At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic Electronicbids_zamboangadelnorte4@dpwh.gov.ph. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Electronicbids_zamboangadelnorte4@dpwh.gov.ph Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zamboangadelnorte4@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 @ 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On February 13, 2025 @ 10:00 A.m. At Procurement Unit Office, Zn 4th Deo, Brgy. M. Francisco, Siocon, Zamboanga Del Norte. 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. 11. The Dpwh-zn 4th District Engineering Office, Siocon, Zamboanga 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Niel Arden O. Ambabang Procurement Unit Ambabang.neil_arden@dpwh.gov.ph Jonas D. Manlangit Assistant District Engineer Bac - Chairperson
Closing Date13 Feb 2025
Tender AmountPHP 34.3 Million (USD 586.6 K)
City Of Trece Martires Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Procurement Of Various Expenses For Kasalang Bayan 2025 (2 Lots) The City Government Of Trece Martires, Through The Gop 2025 – Spa Intends To Apply The Sum Approved Budget For The Contract Lot 1. Meals And Wedding Set-up ₱ 990,000.00 Lot 2. Souvenirs ₱ 1,622,500.00 Being The Abc To Payments Under The Contract For Itb-goods-2025-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Government Of Trece Martires Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Five (5) Calendar Days Or On February 14, 2025. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From City Government Of Trece Martires And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 05, 2025 From The Given Address And Website(s) Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Approved Budget For The Contract Bidding Documents Fee Lot 1. Meals And Wedding Set-up ₱ 990,000.00 ₱ 1,000.00 Lot 2. Souvenirs ₱ 1,622,500.00 ₱ 5,000.00 Bidders Shall Submit Letter Of Intent Upon Purchase Of Bid Document. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. All Bidding Documents Fee Is Non-refundable If The There Is A Failure Of Bidding, And That Failure Of Bidding Is At Fault Of The Bidders In Accordance To Section Sec. 17.5 And Sec. 41 (b) Of This Irr The City Government Of Trece Martires Will Hold A Pre-bid Conference On January 24, 2025; 2:00 Pm At Conference Room, Bac Office, 3rd Floor Multi-purpose Building City Hall Compound, Brgy. San Agustin, Trece Martires City, Cavite, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat (i) Manual Submission At The Office Address Indicated Below, On Or Before February 05, 2025; 09:00am. 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 February 05, 2025 At 2:00pm At Conference Room, Bac Office, 3rd Floor Multi-purpose Building City Hall Compound, Brgy. San Agustin, Trece Martires City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Bidders Shall Submit Their Duly Accomplished Eligibility Requirements, Technical And Financial Proposals In Two Separate Sealed Envelopes With Corresponding Document Tag For Every Page. Failure To Comply Will Be Penalized Accordingly. The Pes Shall Check Compliance Of The Submitted Forms With The Mandatory Provisions Stated Above. Non-submission Of The Required Forms Or Non Inclusion Of The Mandatory Provisions In Any Of The Required Forms Shall Be A Ground For Disqualification. (as Stated In Paragraph 6.4 Annex A Of The Gppb Resolution No. 16-2020). Hence, All Sample Forms Attached In This Bidding Documents Shall Be Strictly Used, Otherwise It Shall Be Ground For Disqualification Of Bid. The City Government Of Trece Martires 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: Christian S. Asas Bac Secretariat Head Bids And Awards Committee Office 3rd Floor, Multi-purpose Building, City Hall Compound., Brgy. San Agustin, Trece Martires City, Cavite And/or Through Email Address: Tmcbacsecretariat@yahoo.com You May Visit The Following Websites: For Downloading Of Bidding Documents: Trecemartirescity.gov.ph January 15, 2025 ______________________________________ Atty. Kim M. Moral Bac Chairperson
Closing Soon5 Feb 2025
Tender AmountPHP 2.6 Million (USD 44.6 K)
8371-8380 of 10000 active Tenders