Website Tenders
Website Tenders
Bukidnon State University Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 5 Million (USD 85.5 K)
Details: Description Invitation To Bid For The Improvement Of Coe 4th Floor Multi-purpose Room Converted To Lecture Theater (epa) (re-bidding) With Identification Number Infra-p11-2024-02-05 1. The Bukidnon State University, Through The Fy 2025 (01-raf) Budget Approved By The Board Of Regents Intends To Apply The Sum Of Five Million Pesos (php 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Improvement Of Coe 4th Floor Multi-purpose Room Converted To Lecture Theater (epa)(re-bidding) With Identification Number Infra-p11-2024-02-05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bukidnon State University Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is One Hundred Twenty (120) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within Four (4) Years (february 05, 2020- February 05, 2025). 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 Bukidnon State University-bids And Awards Committee Office And Inspect The Bidding Documents At The Address Given Below From 8:00am -5:00pm, Except Saturdays And Sundays And During Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025from Given Address And Website/s Below Bids And Awards Committee (bac) Office, 1st Floor Supply, Research & Extension Building, Bukidnon State University: 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). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [official Receipt, Payment Form And Deposit Slip Through Online]. 6. The Bukidnon State University Will Hold A Pre-bid Conference On January 23, 2025;9:00am At Conference Room, 2nd Floor, Finance Building, Bukidnon State University, Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 831 6097 7600 Passcode: 047961) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 05, 2025; 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 05, 2025; 9:00am Onwards At The Given Address Below Conference Room, 2nd Floor, Finance Building, Bukidnon State University/zoom Meeting (meeting Id: 835 9369 0240 Passcode: 032052). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Online. 10. In Case Of A Tie Bid, The Bac Will Conduct The Guidelines On The Use Of Non-discretionary/non-discriminatory Selection Criteria As Tie-breaking Method In Case Of Two Or More Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb) (gppb Circular No. 06-2005) 11. The Bukidnon State University Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mr. Leonard D. Danao Head, Bac Secretariat For Infrastructure Fortich St., Malaybalay City, Bukidnon, 8700 Tel. Nos. 088-813-5661 To 5663/ Cell No. 0917-157-5667 Fax No. 088-813-2717 Website: Www.buksu.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [www.philgeps.gov.ph; Www.buksu.edu.ph] For Online Bid Submission: [buksubacsecretariat@buksu.edu.ph] Date Of Issue: January 16, 2025 (sgd.) Rosanna S. Generato Bac Chairperson On Infrastructure
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.8 K)
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.: 25gh0151 Contract Name: Construction (completion) Of Multi-purpose Building Barangay Sincua, Lemery, 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 1,980,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gh0151– Construction (completion) Of Multi-purpose Building Barangay Sincua, Lemery, 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 (completion) Of Multi-purpose Building Barangay Sincua, Lemery, Iloilo Contract Id No. : 25gh0151 Locations : Barangay Sincua, Lemery, Iloilo Scope Of Works : Partial Construction Of Two-storey Multi-purpose Building Approved Budget For The Contract : Php 1,980,000.00 Contract Duration : 100 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 5,000.00. 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
National Power Corporation Tender
Others...+1Electrical and Electronics
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 3.4 Million (USD 59.6 K)
Details: Description National Power Corporation Invitation To Bid Public Bidding – Bcs 2025-0026 1. The National Power Corporation (npc), Through Its Approved Corporate Budget Of Cy 2025 Intends To Apply The Sum Of (please See Schedule Below) Being The Approved Budget For The Contract (abc) To Payments Under The Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Npc Now Invites Bids For Items Listed Above. Delivery Of The Goods Is Required (see Table Below) Specified In The Technical Specifications. Bidders Should Have Completed, Within (see Table Below) 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). Pr No/s. / Pb Ref No/s. Delivery Period / Contract Duration Relevant Period Of Slcc Reckoned From The Date Of Submission & Receipt Of Bids S2-evo25-006 Ninety (90) Calendar Days Ten (10) Years 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From National Power Corporation, Bids And Contracts Services Division And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00am To 5:00pm), Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address And Website(s) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Bidding Fee May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of R.a. 9184 And Its Revised Irr. 6. The National Power Corporation Will Hold A Pre-bid Conference On The Date, Time And Venue Stated Above. Interested Bidder/s Is/are Allowed To Join And Participate In The Pre-bid Conference At The Kañao Room Or Virtually. However, Those Attending Virtually Shall Assume The Risk Of Any Internet Connectivity Issues. Further, Interested Bidders Are Hereby Informed Of The Following: A. Only A Maximum Of Two (2) Representatives From Each Bidder / Company Shall Be Allowed To Participate B. Wearing Of Face Masks Is Recommended But Not Required In View Of Proclamation No. 297 S.2023 Lifting The State Of Public Health Emergency Throughout The Philippines C. The Requirements Herein Stated Including The Medium Of Submission Shall Be Subject To Gppb Resolution No. 09-2020 Dated 07 May 2020 D. The Guidelines On The Implementation Of Early Procurement Activities (epa) Shall Be Subject To Gppb Circular No. 06-2019 Dated 17 July 2019 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below; (ii) Online Or Electronic Submission Before The Specified Time Stated In The Table Above For Opening Of Bids. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be In The Kañao Function Room, Npc Head Office, Diliman, Quezon City And/or Via Online Platform To Be Announced By Npc. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Power Corporation 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 R.a. No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bids And Contracts Services Division, Logistics Department Gabriel Y. Itchon Building Senator Miriam P. Defensor-santiago Ave. (formerly Bir Road) Cor. Quezon Ave., Diliman, Quezon City, 1100 Tel Nos.: Tel Nos.: 8921-3541 Local 5564/5713 Email: Bcsd@napocor.gov.ph / 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.napocor.gov.ph/bcsd/bids.php Larry I. Sabellina Vice President, Mingen And Chairman, Bids And Awards Committee
Province Of South Cotabato Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 8 Million (USD 136.8 K)
Details: Description Republic Of The Philippines Province Of South Cotabato Bids And Awards Commitee City Of Koronadal Invitation To Bid For Construction Of Riverbank Protection And Silt Detention Structure At Paraiso Bridge, Koronadal City, South Cotabato (early Procurement – Short Of Award) 1.the Provincial Government Of South Cotabato, Through The 20% Ldf 2025 Peo – 3.4.8 Intends To Apply The Sum Of ₱ 8,000,000.00, Construction Of Riverbank Protection And Silt Detention Structure At Paraiso Bridge, Koronadal City, South Cotabato / Inf - Itb 25-031 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 120 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 Eight Thousand Pesos (₱ 8,000.00/set). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Or Through Electronic Means. 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
Mindanao State University Tender
Others
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 6.4 Million (USD 111.1 K)
Details: Description Republic Of The Philippines Mindanao State University General Santos City Invitation To Bid For The Procurement Of Agricultural Supplies And Equipment-maguindanao For Opapru Mnlf Transformational Program (re-bid) 1.the Mindanao State University-general Santos City (msu-gsc), Through The Office Of The Presidential Adviser On Peace, Reconciliation And Unity- Moro National Liberation Front (opapru-mnlf) Intends To Apply The Sum (as Stated Below) As The Abc For Payment Under The Contract For Each Lot/item. Bid Receive In Excess Of The Abc Shall Automatically Be Rejected At Bid Opening. Item No. Item / Description Approved Budget For The Contract Per Lot (php) Cost Of Bidding Documents (peso) Lot – 1 Electrical Supplies & Materials 1,500,000.00 1,500.00 Lot – 2 Fertilizers 2,490,000.00 2,500.00 Lot – 3 Seeds 1,509,000.00 1,500.00 Lot – 4 Farm Equipment 998,000.00 1,000.00 Total Php 6,497,000.00 6,500.00 2.the Msu-gsc Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Forty (45) Calendar Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A.bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4.prospective Bidders May Obtain Further Information From Msu-gsc, Bac Office At Telephone No. 0908-810-5634 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5:00 P.m., Monday To Friday, Except Those Declared As Holidays. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 From The Bac Office, 2f “y” Building, Msu Fatima, General Santos City, Upon Accomplishing A Bidder’s Information Sheet And Upon Payment Of 6. 7.the Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount (as Stated Above). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 8.the Msu-gsc Will Hold A Pre-bid Conference[]on January 23, 2025 At 1:30 P.m. At The 2f Conference Room “y” Building, Msu Fatima, General Santos City, Which Shall Be Open To Prospective Bidders. 9.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office, 2f “y” Bldg., Mindanao State University, Fatima, General Santos City On Or Before 1:30 P.m., February 06, 2025. Late Bids Shall Not Be Accepted. 10.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11.bid Opening Shall Be On February 06, 2025 At 1:35 P.m. At The 2f Conference Room Of “y” Building, Mindanao State University, Fatima, General Santos City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12.the Msu-gsc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13.for Further Information, Please Refer To: Bac Secretariat Procurement Office Mindanao State University Fatima, General Santos City Email Address: Bac@msugensan.edu.ph Tel. No. 0908-810-5634 14.you May Visit The Following Websites: Www.philgeps.gov.ph (sgd.) Randy P. Asturias, D.eng. Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 4.9 Million (USD 83.8 K)
Details: Description 1. The Department Of Public Works And Highways, Samar First District Engineering Office, Calbayog City, Samar Through Gaa Fy 2025 Intends To Apply The Sum Of Php 4,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cssp: Construction/improvement Of Access Road Leading To Declared Tourism Destinations (tourism Road Infrastructure Program – Trip) Libucan Daku Circumferential Road, Tarangnan, Samar Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Samar First District Engineering Office, Calbayog City, Samar, Through Its Bids And Award Committee Now Invites Bids For The Hereunder Works: Contract Id 25ij-0033 Contract Name And Location Cssp: Construction/improvement Of Access Road Leading To Declared Tourism Destinations (tourism Road Infrastructure Program – Trip) Libucan Daku Circumferential Road, Tarangnan, Samar Scope Of Work Construction Of Road Approved Budget For The Contract (abc) Php 4,900,000.00 Contract Duration 67 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Class “c&d”, Small “b” For Road. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex 11-1.1b 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 Are, 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. Interest Bidders May Obtain Further Information From The Department Of Public Works And Highways, Samar First District Engineering Office, Calbayog City, Samar And Inspect The Bidding Documents At Department Of Public Works And Highways, Samar Second District Engineering Office During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 – February 5, 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 ₱ 5,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids 8. The Department Of Public Works And Highways, Samar First District Engineering Office, Calbayog City, Samar And/or Through Livestreaming Via Youtube Page Https://www.youtube.com/channel/ucqd9pwlefppb7qxqvsgbfyg Will Hold A Pre-bid Conference On January 23, 2025 @3:00pm At Conference Room, Dpwh, Samar 1st Deo, Calbayog City, Samar, 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_samar1@dpwh.gov.ph For Electronic Submission On Or Before 9:00 Am Of February 5, 2025 All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Mount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 5, 2025, 9:00 A.m. At Conference Room, Department Of Public Works And Highways, Samar First District Engineering Office, Calbayog City, Samar And/or Through Livestreaming Via Youtube Page Https://www.youtube.com/channel/ucqd9pwlefppb7qxqvsgbfyg Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways, Samar First District Engineering Office, Calbayog City, Samar Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. S 13. Prospective Bidders/contractors Are Strictly Advised To Observed Covid-19 Health Protocols, Prescribed By The Iatf For Covid-19 And /or Local Government Units, And Thus, They And/or Their Authorized Representative Who Will Attend The Procurement Activities And Submit Bids Manually Are Required To Present Current ‘‘health Certificate’’ Issued By Their Respective Rural Health Unit (rhu) Physician And Submit For Self-quarantine Whenever Necessary.
Municipality Of Santa Barbara, Pangasinan Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 2.3 Million (USD 40.1 K)
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Sta. Barbara Bids And Awards Committee Invitation To Bid For 1)rehabilitation Of Barangay Road Going To Iglesia Ni Cristo, Brgy. Minien East; And 2) Upgrading Of Zaplan Road Approach, Brgy. Tuliao 1.the Municipality Of Sta. Barbara, Pangasinan, Through The 20% Economic Development Fund For Cy 2025 Intends To Apply The Sum Of Two Million Three Hundred Fifty Thousand Pesos (p 2,350,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract 1) Rehabilitation Of Barangay Road Going To Iglesia Ni Cristo, Brgy. Minien East (p2,000,000.00); And 2) Upgrading Of Zaplan Road Approach, Brgy. Tuliao (p350,000.00) Located At Brgys. Minien East And Tuliao, 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 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 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
Municipality Of Dumangas, Iloilo Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Details: Description Invitation To Bid For The Construction Of Bfp Building Dumangas Sub-station At Brgy. Balabag, Dumangas, Iloilo Infra2025-003 The Municipality Of Dumangas, Through The Meo-capital Outlay-cur Intends To Apply The Sum Of Two Million Pesos (php 2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Bfp Building Dumangas Sub-station At Brgy. Balabag, Dumangas, Iloilo With Project Identification Number Infra2025-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of Dumangas Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Fifty (150) 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). 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. Interested Bidders May Obtain Further Information From Municipality Of Dumangas And Inspect The Bidding Documents At The Address Given Below From Monday To Friday 8am To 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To 8:30 Am Of 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 Five Thousand Pesos (php 5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting It Personally. The Municipality Of Dumangas Will Hold A Pre Bid Conference On January 24, 2025 9:00 Am At Bac Office, Municipality Of Dumangas Which Shall Be Open To Prospective Bidder. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00 Am Of February 5, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 13. Bid Opening Shall Be On February 5, 2025 9:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Dumangas 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. For Further Information, Please Refer To: Lina B. De La Puerta Or Erma Panes Municipality Of Dumangas Bids And Awards Committee Office Buenaflor Street., Dumangas, Iloilo Email: Bacdumangas23@gmail.com Telephone No. (033)-323-1909 You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph January 16, 2025 [date Of Issue] (sgd.) Jaylyn M. Defiesta Bac Chairman
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 3.5 Million (USD 61.3 K)
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. Seguinon, Salcedo, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Five Hundred Eighty Five Thousand Pesos Only (php3,585,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-054 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Seguinon, 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 (9,308.95 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) (48.00 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
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 79.2 Million (USD 1.3 Million)
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.: 25gh0145 Contract Name: Construction Of Road – Junction Barotac Viejo – Lemery Road Sitio – Bangon – Bangon – Rizal Road Connecting Nrj Iloilo Barotac Viejo – San Rafael Road, 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 79,200,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gh0145– Construction Of Road – Junction Barotac Viejo – Lemery Road Sitio – Bangon – Bangon – Rizal Road Connecting Nrj Iloilo Barotac Viejo – San Rafael Road, 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 Road – Junction Barotac Viejo – Lemery Road Sitio – Bangon – Bangon – Rizal Road Connecting Nrj Iloilo Barotac Viejo – San Rafael Road, Barotac Viejo, Iloilo Contract Id No. : 25gh0145 Locations : Barotac Viejo, Iloilo Scope Of Works : Construction Of Concrete Road 6.1m Width, 280mm Thk. Pccp, 1.50m Paved Shoulder Width With Slope Protection And Open Lined Canal Approved Budget For The Contract : Php 79,200,000.00 Contract Duration : 190 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 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 50,000.00. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That 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
8391-8400 of 10000 active Tenders