Website Tenders
Website Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental First District Engineering Office Gingoog City, Misamis Oriental, Region X Invitation To Bid For 25kk0010 (2nd Advertisement) – Road Widening - Primary Roads - Butuan City - Cagayan De Oro City - Iligan City Rd - K1368 + 175 - K1368 + 236, K1369 + 148 - K1369 + 650 1. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office, Through The Nga The National Expenditure Program (nep) Intends To Apply The Sum Of ₱ 33,418,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25kk0010 (2nd Advertisement) – Road Widening - Primary Roads - Butuan City - Cagayan De Oro City - Iligan City Rd - K1368 + 175 - K1368 + 236, K1369 + 148 - K1369 + 650. 2. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Road Widening - Primary Roads - Butuan City - Cagayan De Oro City - Iligan City Rd - K1368 + 175 - K1368 + 236, K1369 + 148 - K1369 + 650 Contract Id No. : 25kk0010 (2nd Advertisement) Locations : Binuangan, Misamis Oriental Scope Of Works : Widening Of Road With A Width Of 3.35m On Both Sides With Thickness Of 0.30m (pccp) And Gravel Shoulder Width Of 2.50m With Thickness Of 0.15m; Construction Of Junction Roads With 5m Width With 0.23m Thickness; Removal Of Trees; Removal Of Existing Structures And Obstructions, Removal Of Existing Pavement And Slope Protection; Construction Of Lined Canal, Retaining Wall And Slope Protection With Wheel Guard; Installation/ Extension Of Rcpc And Rcbc. Approved Budget For The Contract : ₱ 33,418,000.00 Contract Duration : 185 Calendar Days Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Size Range Medium A, Pcab License Category Of (b) For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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 (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Contractor Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification. 4. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways – Misamis Oriental First District Engineering Office And Inspect The Bidding Documents At Dpwh - Misamis Oriental First District Engineering Office, Gingoog City 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 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 ₱25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 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. 6. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office Will Hold A Pre-bid Conference On January 23, 2025, 10:00 A.m. At Bac-conference Room, 3rd Floor, Dpwh-mofdeo, And/or Through Videoconferencing/webcasting Via Live Streaming: (youtube Page) Dpwh Misamis Oriental 1st Deo Https://www.youtube.com/channel/uc4roqj_fk-kh-pqcmg6gvkq Which Shall Be Open To Prospective Bidders. 7. 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. The Deadline For Issuance/ Downloading Of Bidding Documents (buying Of Bidding Documents) Will Be On February 05, 2025 Until 08:30 A.m. In Accordance With The Department's Citizen's Charter (attached As Annex "a") And Unnumbered Memorandum Dated December 27, 2001 (attached As Annex "b"), Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary C. Letter Of Intent (for Foreign Funded Projects) Bids Must Be Duly Received By The Bac Secretariat At Bac-conference Room, 3rd Floor, Dpwh - Misamis Oriental First District Engineering Office For Manual Submission Or At Electronicbids_misamisoriental1@dpwh.gov.ph For Electronic Submission On Or Before February 05, 2025 Until 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 Bds Clause 15.1. 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, Immediately After The Deadline For The Submission Of Bid, At Bac-conference Room, 3rd Floor, Dpwh-mofdeo And Through Live Streaming: Dpwh Misamis Oriental 1st Deo Https://www.youtube.com/channel/uc4roqj_fk-kh-pqcmg6gvkq (youtube Page) Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. In Consistent Of The Do 127 S 2018, “if At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid”. 11. The Department Of Public Works And Highways – Misamis Oriental First District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marcelino O. Cabeguin, Jr., A.e.r. April Jane T. Pecasales Oic- Assistant District Engineer Engineer Ii Bac Chairperson Head, Bac Secretariat Dpwh-misamis Oriental 1st Deo Dpwh-misamis Oriental 1st Deo Brgy. 26, Gingoog City, Misamis Oriental Brgy. 26, Gingoog City, Misamis Oriental Tel/ No.: (088) 861-1185 Tel/ No.: (088) 861-1185 Email Address: Dpwhmofdeo@yahoo.com Email Address: Dpwhmofdeo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents : Www.philgeps.gov.ph : Www.dpwh.gov.ph For Online Bid Submission : Electronicbids_misamisoriental1@dpwh.gov.ph January 16, 2025 Approved By: Marcelino O. Cabeguin, Jr., A.e.r. Oic- Assistant District Engineer Bac Chairperson
Closing Soon5 Feb 2025
Tender AmountPHP 33.4 Million (USD 571.5 K)
Province Of Eastern Samar Tender
Civil And Construction...+2Civil Works Others, Building 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-1, Brgy. San Isidro, Quinapondan, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Eight Hundred Fifteenthousand Pesos Only (php3,815,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-059 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. San Isidro, Quinapondan, 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- Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No.803(1)a – Structure Excavation (common Soil) (85.39 Cu.m.), Item No. 804(4) – Gravel Bedding (5.62 Cu.m.), Item No. 903(1) – Formworks And Falseworks (207.64 Sq.m.), Item No. 902(1) – Reinforcing Steel (deformed) (10,342.00 Kg), Item No. 900(1)c2 – Structural Concrete For Footing And Slab On Fill (69.73 Cu.m.), Item No. 900(1) – Structural Concrete For Footing Tie Beam, Column, Girder/beam (37.80 Cu.m.), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (584.00 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 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 23, 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 3.8 Million (USD 65.2 K)
PUBLIC BUILDINGS SERVICE USA Tender
Civil And Construction...+1Road Construction
United States
Details: Amendment 1 Is Posted As Of January 24, 2025. See Attached Amendment 1 For Details.
title Of Project: Design Build Contract For Santa Teresa Land Port Of Entry (lpoe) Border Roadway Improvement And Construction (bric), Santa Teresa, Nm
the Inflation Reduction Act Of 2022 (ira), Pub. L. No. 117-169, Enacted In August 2022, Provided Gsa With Significant Funding For (a) Measures Necessary To Convert Facilities To High-performance Green Buildings, (b) Acquisition And Installation Of Construction Materials And Products With Substantially Lower Levels Of Embodied Greenhouse Gas Emissions, And (c) Emerging And Sustainable Technologies. The Contract Resulting From This Solicitation Will Be Funded In Part By Ira Appropriations, And It Contains Numerous Ira-specific Requirements. Requirements Include, But Are Not Limited To, Requirements Regarding Pricing, Invoicing, Submittals, Materials, And Construction. In Addition, Please Note That This Solicitation Will Contain An Evaluation Factor Favoring Certain Construction Materials With The Lowest Possible Levels Of Embodied Carbon.
description Of Proposed Work: The General Services Administration (gsa), Public Buildings Service (pbs) Is Seeking A Design Build Contractor To Address Approximately 190,000 Sf Of Concrete Pavement Selected For Repair Or Replacement Using Low Embodied Carbon (lec) Materials, To Include Lec Asphalt, Concrete, And Steel. The Repairs Consist Of Complete Reconstruction, Surface Reconstruction, Shoulder Hardening, Joint Sealing, Patching, And The Select Replacement Of 8” – 13” Thick Reinforced Concrete. Construction Phasing Will Be Required To Allow For Continued Lpoe Traffic Flow And Operation During Construction.
the Project Consists Of Eleven (11) Areas Within The Land Port Of Entry (lpoe). The Project Is In Santa Teresa, Nm.
the Contractor Must Have Naics Code 237310 (concrete And Asphalt Paving). The Current Small Business Size Standard Is $45.0 Million. It Is Anticipated That This Project Will Take Approximately 300 Calendar Days To Complete.
award Of Any Resulting Procurement Will Be Based On A Source Selection Employing A “best Value Concept” Methodology.
general Construction Requirements: In Accordance With Far 36.204, Disclosure Of The Magnitude Of Construction Projects, The Construction Cost Of Magnitude Is Between $5,000,000 And $10,000,000.
location Of The Work: Santa Teresa Land Port Of Entry, 170 Pete Domenici Highway, Santa Teresa, Nm 88008-9801
this Procurement Is Set Aside For Award To Small Business Firms. Offers From Other Businesses, Including Large Businesses, Will Not Be Considered.
dates: The Proposal Due Date Will Be March 4, 2025, At 12:00 Pm Fort Worth, Texas Local Time.pre-proposal Virtual Meeting Will Be Held On January 22, 2025. A Virtual Pre-proposal Meeting Is Scheduled For Wednesday, January 22, 2025, At 10am And A Site Visit Will Be On Thursday, January 23, 2025. All Offerors Who Would Like To Attend The Pre-proposal Conference (virtual) And Site Visit Will Need To Email The Individual Names, Company Names, Email Addresses And Phones Numbers To Contract Specialist Jeffrey.kang@gsa.gov And Cc Contracting Officer Jason.gerloff@gsa.gov Of Those Planning On Attending To Receive A Meeting Invite To The Pre-proposal Conference Meeting. Those That Are Interested In Attending The Site-walk At The Santa Teresa Lpoe, Will Have To Also Provide, Date Of Birth, Last Four Of Your Social Security Number, Driver’s License Number And State Issued, Of The Individuals That Are Attending The Site-walk. The Additional Information Provided Will Be Submitted To Customs And Border Protection (cbp) To Run A Background Check. This Is Required As The Meeting Will Be On An Active Border Crossing. Once The Clearance Is Approved And Final, The Individuals Will Receive A Second Email With The Additional Information To Attend The Meeting. Please Arrive Early As You Will Have To Go Through A Security Checkpoint To Be Escorted To The Meeting Room. No Walk-ins Without An Invitation Will Be Permitted To Attend The Site Visit. The Maximum Number Of Attendees For A Company Is Three (3). Offerors Must Submit The Request No Later Than Friday, January 17, 2025, At 12:00 P.m. Cst. Failure To Submit On Time Will Exclude You From The Site Visit And If You Are Not Cleared By Cbp You Will Not Be Allowed On-site For The Walk Through.
award Is Anticipated In April/may 2025. The Period Of Performance Will Commence After Receipt Of Notice To Proceed (ntp).
procedures For Award: The Solicitation Issued Is Requesting A Written Technical And Price Proposal. The Government Will Make An Award To The Responsible Offeror Whose Proposal Conforms To The Solicitation And Is Most Advantageous To The Government, Non-cost (technical) Factors And Cost/price Considered. For This Solicitation, All Evaluation Factors Other Than Cost Or Price, When Combined, Are Significantly More Important Than Cost Or Price.
the Government Intends To Evaluate Each Proposal For Technical Acceptability Based Upon The Four Following Non-cost Factors:
(1) Past Performance, Experience And Qualification Of Key Personnel (project Team)
(2) Past Experience And Performance Of The Company
(3) Technical And Management Approach
(4) Sustainability (lec Construction Materials)
it Is The Government’s Intention To Award Without Discussions, But If Determined Necessary, The Government Reserves The Right To Hold Discussions.
amendments To Solicitation: It Is The Offeror's Responsibility To Monitor Sam.gov For The Release Of Any Amendments.
funds Availability: Funds Are Not Presently Available For This Contract. The Government’s Obligation Under This Contract Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Paymentmayarise Until Funds Are Made Available To Thecontracting Officerfor This Contract And Until The Contractor Receives Notice Of Such Availability, To Be Confirmedin Writingby Thecontracting Officer.
bonding: A Bid Bond Is Required As Well As Payment And Performance Bonds.
security: Before Employees Are Allowed To Work Under The Anticipated Contract, All Personnel Are Required To Pass A Security Check. Specific Security Requirements Will Be Contained In The Solicitation.
eligible Offerors: All Small Business Firms May Submit A Proposal Which Shall Be Considered By The Agency. All Prospective Offerors Are Also Required To Use The System For Award Management At Www.sam.gov For Registering Their Firm And Completing Representations And Certifications.
in Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Low Embodied Carbon Asphalt, Concrete (and Cement), Glass And Steel Materials For The Project. Suppliers And Manufacturers Of Materials Meeting Gsa’s Inflation Reduction Act Low Embodied Carbon Asphalt, Concrete (and Cement), Glass And Steel Requirements May Submit An Expression Of Interest To Contract Specialist Jeffrey.kang@gsa.gov And Cc Contracting Officer Jason.gerloff@gsa.gov No Later Than February 7, 2025.
expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On Gsa Construction Requirements. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa And, Potentially, In Other Fora, Such As (but Not Limited To) The Following Public Websites Identifying Lec Materials:
https://asphaltepd.org/
https://climateearth.com/aec-resources/locate-a-material-supplier/
https://www.nrmca.org/association-resources/sustainability/environmental-product-declarations/
https://www.astm.org/products-services/certification/environmental-product-declarations/epd-pcr.html
https://www.builtcold.com/?iss=https%3a%2f%2fdev-wgh5b6hr6h28038l.us.auth0.com%2f
by Participating In The Competition, Offerors Consent To Unrestricted Gsa Use Of Supplier Names And The Gwp Values Associated With Supplier Materials. Such Information May Also Be Disclosed Publicly Or Used To Inform Other Low Embodied Carbon Procurement Activities. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared. Any Objection Shall Be Transmitted To The Contracting Officer By The Due Date For Offers And Shall Adhere To 41 C.f.r. § 105-60.601.
the Information Provided Herein Is For Informational Purposes Only And Does Not Indicate Or Imply Federal Endorsement Of Any Organization, Business, Material Or Product. The Government Makes No Representation Or Warranty Concerning The Quality, Performance, Availability Or Suitability Of Any Organization, Business, Material Or Product.
prospective Offerors Shall Review The Solicitation In Detail When It Becomes Available On Www.sam.gov, As Items Described Herein May Change.
Closing Date4 Mar 2025
Tender AmountRefer Documents
Province Of Pampanga Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Pampanga City Of San Fernando Invitation To Bid No. 2025-005 Ig- Bac Invitation To Bid For Purchase Request No. 25-0182 The Provincial Government Of Pampanga (“province”) Intends To Apply The Following Sums From The Following Funds, As Follows: Source Of Funding/year Approved Budget For The Contract (abc) Purchase Request Number Description Special Education Fund 3,299,838.00 #25-0182 Supply And Delivery Of Various Sports Materials And Equipment Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Province Invites Bids For The Above Procurement Project. Delivery Of Goods Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 2. 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. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 3. Interested Bidders May Obtain Further Information From The Province And Inspect The Bidding Documents At The Bids And Awards Committee (bac) Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga Between 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From January 15, 2025 (wednesday) Between 8:00 A.m. To 5:00 P.m. Up To February 4, 2025 (tuesday) Until 8:30 A.m. Only From The Given Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Purchase Request Number Abc Amount #25-0182 3,299,838.00 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment Of The Fees In Person. 5. The Province Will Hold A Pre-bid Conference On January 23, 2025 (thursday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bids And Awards Committee (bac) Secretariat Office Thru Manual Submission At Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga On Or Before 8:45 A.m. Of February 4, 2025 (tuesday). Late Bids Shall Not Be Accepted 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Opening Of Bids Will Be On February 4, 2025 (tuesday), 10:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga. Bids Will Be Opened In The Presence Of The Bidders ’representatives Who Choose To Attend At The Activity. 9. Online Bid Submission Is Not Applicable. 10. The Province Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure 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 Hereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Filipina R. Sevilla Chairperson - Bids And Awards Committee (bac) Secretariat Bac Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.pampanga.gov.ph January 14, 2025 Francis V. Maslog Chairman Bids And Awards Committee
Closing Soon5 Feb 2025
Tender AmountPHP 3.2 Million (USD 56.4 K)
Department Of Public Works And Highways Tender
Others...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Invitation To Bid For The Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239- Installation Of Solar Led Street Lights Along Pangasinan-zambales Road K0326 + 617 -k0330 + 108, Sual, Pangasinan 1. The Dpwh Pangasinan 1st District Engineering, Through The Gaa 2025 Intends To Apply The Sum Of Php49,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239- Installation Of Solar Led Street Lights Along Pangasinan-zambales Road K0326 + 617 -k0330 + 108, Sual, Pangasinan With Contract Id 25ag0162. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Pangasinan 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 113 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Dpwh Pangasinan 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16-february 05, 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 Php25,000.00. 7. The Dpwh Pangasinan 1st District Engineering Will Hold A Pre-bid Conference On January 24, 2025, 10:00 A.m. At 2nd Floor, Conference Room, Dpwh Pangasinan 1st Deo, Alaminos City, Pangasinan And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube: Https://youtube.com/@dpwhpangasinan1deo, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_pangasinan1@dpwh.gov.ph On Or Before February 05, 2025 10:00 A.m.. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On February 05, 2025 10:00 A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representative Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube: Https://youtube.com/@dpwhpangasinan1deo. 11. The Dpwh Pangasinan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Mercedes V. Quitlong Bac Secretariat Head Dpwh-pangasinan 1st Deo Alaminos City, Pangasinan Tel. No.: 075-552-7213/cp No.:09664016200 Email Address: Quitlong.mercedes@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh And Philgeps Website For Online Bid Submission: Electronicbids_pangasinan1@dpwh.gov.ph January 16, 2025 June Miguel V. Ramolete, Sr. Bac Chairperson
Closing Soon5 Feb 2025
Tender AmountPHP 49 Million (USD 838.1 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.: 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
Closing Soon6 Feb 2025
Tender AmountPHP 79.2 Million (USD 1.3 Million)
Province Of Misamis Oriental Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax/trust Fund Intends To Apply The Sum Of Three Million Six Hundred Forty Two Thousand One Hundred Eighty Seven And 42/100 (php 3,642,187.42) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Water System Brgy. San Isidro, Balingasag, Misamis Oriental, Under Purchase No. 0037-25 Dated January 13, 2025. Description Of Works I. Other General Requirements B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Ii. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Elevated Concrete Tank 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1032(1)a Painting Works (masonry/concrete) Part B. Water Supply 1002(1)e Galvanized Iron Pipes With Fittings (50mm Dia.) 1201(3) Submersible Multi-stage Deepwell Pump With Control 1201(12) Valves And Pipes Fittings 1600(2) Pipeline Trench Excavation 1601(1) Fill And Backfill 1602 Installation Of Pipeline 1724(16) Pump House And Accessories Part C. Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 161 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 A 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 Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. 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 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Soon6 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.2 K)
Talavera General Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Central Luzon Center For Health Development Talavera General Hospital Talavera, Nueva Ecija Iso Qms Certified Invitation To Bid Rebidding Of Semi-annual Preventive Maintenance Of 3-beds Isolation Room With Negative Pressure And Semi-annual Preventive Maintenance Of 500kva Generator Set 1. The Talavera General Hospital, Through The Regular Agency Fund 2025 Intends To Apply For The Procurement Of The Items Under The Project As Indicated In The Table Below Together With Their Respective Approved Budget For The Contract (abc) And Non-refundable Bidding Documents Fee: Package Approved Budget For The Contract (abc) Bidding Documents Fee Funding Source Lot A. Semi-annual Preventive Maintenance Service Of 3-beds Isolation Room With Negative Pressure (early Procurement Activity) Php 590,832.00 Php 1,000.00 Regular Agency Fund 2025 Lot B. Semi-annual Preventive Maintenance Service Of 500kva Generator Set (early Procurement Activity) Php 185,300.00 Php 1,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Talavera General Hospital Now Invites Bids For The Above Procurement Project Under Ibtgh 2025 – 02. Delivery Of The Goods Is Required: Package Delivery Of The Goods Lot A. Semi-annual Preventive Maintenance Service Of 3-beds Isolation Room With Negative Pressure (early Procurement Activity) A. June 2025 And December 2025 Lot B. Semi-annual Preventive Maintenance Service Of 500kva Generator Set (early Procurement Activity) A. June 2025 And December 2025 Bidders Should Have Completed Within Three (3) Years Prior From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Talavera General Hospital And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 5, 2025, At The Procurement Office, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija, And Upon Payment Of The Applicable Fee For The Bidding Documents, As Indicated In Paragraph 1. Mode Of Payment Is In Cash. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 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. 6. The Talavera General Hospital Will Hold A Pre-bid Conference On January 24, 2025, 10:00 Am, Friday At The Dietary Conference Room, , Maestrang Kikay District, Talavera, Nueva Ecija, On Physical/face-to-face Manner, Which Shall Be Open To Prospective Bidders. The Bids And Awards Committee Permits Only One (1) Authorized Representative Per Company/bidder To Attend The Pre-bidding Conference. It Is Recommended That Bidders Arrive Early Before The Scheduled Time. Please Note That Virtual Participation In The Pre-bidding Conference Is Not Available. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected (reference: Sec. 25.9, 2016 Irr Of Ra 9184). 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 5, 2024, 10:00 Am, Wednesday At The Dietary Conference Room, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Please Refer To The Table Below For The Cost Of Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents (non-refundable) Lot A Php 1,000.00 Lot B Php 1,000.00 Inspection/availability Of Bidding Documents January 16, 2025 To February 5, 2025 - Mondays To Fridays Pre-bidding Conference January 24, 2025 @ 10:00 Am, Friday Dietary Conference Room, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija Deadline Of Submission And Opening Of Bids (note: Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelope Shall Be Rejected (reference: Sec. 25.9, 2016 Irr Of Ra 9184) February 5, 2025 @ 10:00 Am, Wednesday Manual/physical Submission Of Bidding Documents At Dietary Conference Room, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija Bid Evaluation February 6, 2025 @ 2:00 Pm, Thursday At Dietary Conference Room Talavera General Hospital Post-qualification February 13, 2025 @ 2:00 Pm Thursday At Dietary Conference Room Talavera General Hospital 11. The Talavera General Hospital Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Liwayway Dg. Pangilinan Head, Bids And Awards Committee Secretariat Procurement Office Talavera General Hospital Maestrang Kikay District Talavera, Nueva Ecija Email Address: Procurement.tgh@gmail.com Tel. No. (044) 940 – 7136 Local 170 - 171 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Tgh.doh.gov.ph Or At Philgeps Website Dhonna Sheila A. Baterina, Md, Mha, Fpogs Chairperson, Bids And Awards Committee Philgeps, Agency Website And Bac Bulletin Board: January 16, 2025
Closing Soon5 Feb 2025
Tender AmountPHP 776.1 K (USD 13.2 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 Construction Of 1) Warehouse For Rcef Rice Processing Facility (phase Iii), Brgy. Banaoang; 2) Multi-purpose Warehouse (phase Ii), Brgy. Maningding; And 3) Multi-purpose Building (child Development Center), Brgy. Poblacion Sur 1.the Municipality Of Sta. Barbara, Pangasinan, Through The 20% Economic Development Fund For Cy 2025 Intends To Apply The Sum Of Three Million Eight Hundred Thousand Pesos (p 3,800,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Construction Of 1) Warehouse For Rcef Processing Facility (phase Iii), Brgy. Banaoang (p1,500,000.00); 2) Multi-purpose Warehouse (phase Ii) Brgy. Maningding (p1,300,000.00; And 3) Multi-purpose Building (child Development Center), Brgy. Poblacion Sur (p 1,000,000.00), Located At Brgys. Banaoang, Maningding And Poblacion Sur, 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 192 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 3.8 Million (USD 64.9 K)
Municipality Of Santa Barbara, Pangasinan Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Sta. Barbara Bids And Awards Committee Invitation To Bid For Concreting Of Barangay Road 1) Sitio Fernandez, Brgy. Dalongue; 2) Brgy. Minien West; 3) Zone 5, Brgy. Payas; And 4) Concreting Of Barangay Roadline, Sitio Fernandez, Brgy. Primicias 1.the Municipality Of Sta. Barbara, Pangasinan, Through The 20% Economic Development Fund For Cy 2025 Intends To Apply The Sum Of Four Million Seven Hundred Ninety Thousand Pesos (p 4,790,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Concreting Of Barangay Road 1) Sitio Fernandez, Brgy. Dalongue (p 2,000,000.00); 2) Brgy. Minien West (p 1,500,000.00); 3) Zone 5, Brgy. Payas (p 1,000,000.00); And 4) Concreting Of Barangay Roadline, Sitio Fernandez, Brgy. Primicias (p 290,000.00) Located At Brgys. Dalongue, Minien West, Payas And Primicias, 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 21.5 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 4.7 Million (USD 81.9 K)
8401-8410 of 10000 active Tenders