Website Tenders

Website Tenders

National Kidney And Transplant Institute Tender

Healthcare and Medicine
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 2.3 Million (USD 39.6 K)
Details: Description Invitation To Bid For Re-bidding For The One (1) Lot Supply And Delivery Of Instrument Sterilization Container System Composed Of Ten (10) Units Major Containers And Ten (10) Units Minor Containers Nkti Reference No. Ib 25-096 1. The National Kidney And Transplant Institute, Through The 2025 Corporate Operating Budget Intends To Apply The Sum Of Two Million Three Hundred Thousand Pesos Only (php 2,300,000.00) Being The Abc To Payments Under The Contract For Ib No. 25-096. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Kidney And Transplant Institute Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Within Ninety (90) Calendar Days As Stated In Section Vi Schedule Of Requirements. Bidders Should Have Completed, Within The Past Three (3) 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 The Bac Secretariat Office And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025, From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The National Kidney And Transplant Institute Bidding Activities Shall Be Held At The Bac Conference Room, Ground Floor Nkti Main Building, East Avenue, Diliman, Quezon City. The Schedule Of Bidding Activities Is As Follows: Activities Schedule Advertisement / Posting Of Invitation To Bid January 23, 2025 Issuance And Availability Of Bid Documents January 23, 2025, Onwards, 8:0 0 Am To 12:00 Noon Pre-bid Conference January 30, 2025 (thursday) 9:00 Am Issuance Of Supplemental Bid Bulletin (if Any) February 4, 2025 Opening Of Bids February 11, 2025 (tuesday) 9:00 Am 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission By The Authorized Representative As Indicated In The Omnibus Sworn Statement, At The Office Address Indicated Below, 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 11, 2025, At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Kidney And Transplant Institute 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 Sections35.6 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: Bac Secretariat Office Ground Floor Nkti Main Building East Avenue, Quezon City Email Address: Giena.ramos@nkti.gov.ph / Bac@nkti.gov.ph Tel No. 8981-0300 Local 1156 12. You May Visit The Following Websites To Download Bidding Documents: Nkti.gov.ph Violeta M. Valderrama.md Ac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Pumping Station And Flood Gate, Phase Ii, Barangay Iba, Hagonoy, Bulacan Contract Id No. : 25cc0317 Locations : Hagonoy, Bulacan Scope Of Works : Construction Of Pumping Station And Flood Gate Using Steel Sheet Pile And Bored Pile On Foundation Including Cofferdaming Approved Budget For The Contract : P96,499,895.56 Contract Duration : 270 C.d. Amount Of Bidding Documents : Fifty Thousand Pesos (p50,000.00) Pcab License : Category Of B For Medium A 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 11, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: January 23, 2025– February 11, 2025

Province Of Davao Del Sur Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 324.3 K (USD 5.5 K)
Details: Description Invitation To Bid For Ib No. G-021-25 Early Procurement (3rd Opening) Supply/delivery Of Drugs And Medicines (rebid: Item Nos. 4, 8, 13, 14, 17) 1. The Provincial Government Of Davao Del Sur, Through The Cy 2025 Lgdf-general Fund (pho-technical) Intends To Apply The Sum Of Php. 324,333.34 Being The Abc To Payments Under The Contract For Supply/delivery Of Drugs And Medicines (rebid: Item Nos. 4, 8, 13, 14, 17) – Ib No. G-021-25 (3rd Opening). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By The Following: Item Nos. 3-20 - 15 Calendar Days Upon Receipt Of The P.o. Notes: *the Supplier Shall Notify The Pgso A Day Before The Actual Delivery. *for Medicines, The Packaging Must Bear The Marking Government Property - Province Of Davao Del Sur. *cpr & Lto Shall Be Required During The Post-qualification. *place Of Delivery: Pgso *expiry Should Be At Least 12 Months From The Date Of Delivery. Bidders Should Have Completed, For The Last 3 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 Provincial Government Of Davao Del Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 5:00 P.m., Monday To Friday: Ms. Norjanna M. Camaguin, Mpa Chief Administrative Officer Procurement Management Office Room 4, Executive Building, Barangay Matti, Digos City 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03, 2025 – February 11, 2025 From The Given Address And Website Below: Office Address: Procurement Management Office Room 4, Executive Building, Capitol Matti, Digos City, Davao Del Sur. Website: Www.davaodelsur.gov.ph 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. 500.00 The Provincial Government Of Davao Del Sur Through The Bids And Awards Committee Shall Allow The Bidder To Present Its Proof Of Payment (official Receipt) For The Fees. Said Proof Of Payment Shall Be Presented In Person To The Bac Secretariat At The Procurement Management Office. 6. Bids Must Be Duly Received By The Bac Secretariat At The Following Through Manual Submission. Late Bids Shall Not Be Accepted:  Advance Dropping (before February 11, 2025) - Procurement Management Office Room 4, Procurement Management Office (goods), Capitol Building, Matti, Digos City, Davao Del Sur.  Date Of Opening (february 11, 2025) - Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur. 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. Bid Opening Shall Be On February 11, 2025 At 9:00 A.m. Ralota Hall, Gov. Douglas Ra. Cagas Cultural Sports And Business Complex, Barangay Matti, Digos City, Davao Del Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Process As To Purchase Of Bidding Documents:  A Special Power Of Attorney (spa) From The Proprietor Of The Company Or A Notarized Secretary’s Certificate If Corporation, Shall Be Presented In Case The Latter Opted To Send Representative/s In His/her Behalf. The Invitation To Bid No. (ib No.) And Project Title Must Be Specified Pursuant To Bac Resolution No. 2018 Series Of 2024.  The Bidder Shall Accomplish A Bidder’s Assessment Slip To Be Signed By The Bac Secretariat, Bac Chairperson Or Bac Vice-chairperson In Absence Of The Former, And The Head Of The Procuring Entity.  Payment Of Bidding Documents Fee At The Provincial Treasurer’s Office.  Presentation Of The Official Receipt To The Procurement Management Office For The Release Of The Bidding Documents. Preparation Of Bidding Documents:  Two-envelope System: A.1 Envelope 1 – Eligibility/technical Documents In 3 Sets, Book Bound, And With Proper Tabbing. A.2 Envelope 2 – Financial Documents In 3 Sets Book Bound, And With Tabbing. However, If It Will Not Exceed 10 Pages, The Bidder May Book Bound Or Securely Stapled.  Any Document Submitted, Not Book-bound And Less Than Three (3) Sets, Shall Be Rejected Outright.  Envelope 1 And Envelope 2 Shall Be Placed In One Mother Envelope. Please See Bid Data Sheet For Further Instruction. Brand/s Condition Brands Offered Must Conform To The Standard Set By The Therapeutics Committee As Evidenced By Their Certification. The Brand Offer Of The Bidder Must Pass The Evaluation Of The Therapeutics Committee Otherwise The Brand Offer Of The Bidder Will Be Considered Not Responsive. Refer To The Attached Standard Guidelines In Evaluating The Sample Items Of The Bidders Note: Bidder/s Is Allowed To Offer Maximum Of 3 Brands And Strictly No Brand Replacement Pursuant To Bac Resolution No. 786 Dated June 02, 2023 Series Of 2023. Section 34. Process Of Post-qualification (section 34, R.a. 9184) 34.1 The Lowest Calculated Bid/highest Rated Bid Shall Undergo Post-qualification In Order To Determine Whether The Bidder Concerned Complies With And Is Responsive To All The Requirements And Conditions As Specified In The Bidding Documents. Xxx 34.3.b.iii) Verification And/or Inspection And Testing Of The Goods/product, Aftersales And/or Maintenance Capabilities, In Applicable Cases, As Well As Checking The Following: A. Delay In The Partial Delivery Of Goods Amounting To Ten Percent (10%) Of The Contract Price In Its Ongoing Government And Private Contracts; B. If Any Of These Contracts Shows The Bidder’s Failure To Deliver Or Perform Any Or All Of The Goods Or Services Within The Period(s) Specified In The Contract Or Within Any Extension Thereof Granted By The Procuring Entity Pursuant To A Request Made By The Supplier Prior To The Delay, And Such Failure Amounts To At Least Ten Percent (10%) Of The Contract Price; Or C. Unsatisfactory Performance Of The Supplier’s Obligations As Per Contract Terms And Conditions At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To The Bidder's Fault Or Negligence, The Bac Shall Disqualify The Bidder From The Award, For The Procurement Of Goods. 11. The Provincial Government Of Davao Del Sur 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: The Bac Chairperson Provincial Government Of Davao Del Sur Email: Bac.davaodelsur2@gmail.com Ms. Norjanna M. Camaguin, Mpa Chief Administrative Officer Head, Bac Secretariat Procurement Management Office Room 4 Executive Building, Barangay Matti, Digos City, Davao Del Sur Email Address: Bac.davaodelsur2@gmail.com Mobile Nos. 0905-229-0526 (globe) / 0908-332-2024 (smart) 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.davaodelsur.gov.ph January 31, 2025 Dessamie Buat-sanchez, Cpa, J.d. Provincial Budget Officer Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 29.3 Million (USD 506.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0139: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Flood Control Structure Along Bislak River, Barangay Canaam, Vintar, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 29,399,987.52 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0139: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Flood Control Structure Along Bislak River, Barangay Canaam, Vintar, Ilocos Norte (short Of Award). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 189 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; < Php15m; Allowable Range Of Contract Cost Up To Php 30m. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) O 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 Of The Bid. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 13, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m. At Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before February 13, 2025 At 10:00 A.m. 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 16. 11. Bid Opening Shall Be On February 13, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte 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. 14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph January 23, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer

Ilocos Norte Tender

Textile, Apparel and Footwear
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 311.4 K (USD 5.3 K)
Details: Description Supply And Delivery Of Wardrobes For Tan-ok Ni Ilocano: Festival Of Festivals 1. The Municipality Of Sarrat, Ilocos Norte, Through The General Fund Intends To Apply The Sum Of Three Hundred Eleven Thousand Four Hundred Fifty Pesos (php 311,450.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Wardrobes For Tan-ok Ni Ilocano. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Sarrat, Ilocos Norte Now Invites Bids For Supply And Delivery Of Wardrobes For Tan-ok Ni Ilocano. Delivery Of The Goods Is Required To Be Completed 7 Days After Receipt Of Notice To Proceed. 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. 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 Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Municipality Of Sarrat, Ilocos Norte And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below Upon Payment Of A Nonrefundable Applicable Fee For The Bidding Documents Pursuant To The Latest Guidelines Issued By Gppb In The Amount Of Php 500.00. Letter Of Intent (loi) Should Be Filled Starting January 23, 2025 To February 11, 2025, Addressed To The Hope. Only Those Who Filed Their Loi On Time Shall Be Allowed To Participate In The Open Bidding. 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat To The Address Below On Or Before February 11, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 11, 2025 At 2:01 Pm At Bac Office, Sarrat, Ilocos Norte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Municipality Of Sarrat, Ilocos Norte Reserves The Right To Reject Any All Bid, 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. 8. For Further Information, Please Refer To: Gale Christian P. Agpaoa, Ruperta M. Pascua, Marlita Garcia, Agnes G. Dagan Bac Secretariat, Bac Office Bgy, #2, San Agustin,sarrat Presidencia Sarrat, Ilocos Norte 077-772-00-55 Loc 110 Paolo Romano R. De La Cruz Bac Chairperson Sarrat, Ilocos Norte

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS DAVAO DEL NORTE 2N Tender

Civil And Construction...+1Others
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 8.9 Million (USD 153.5 K)
Details: Description Department Of Public Works And Highways (dpwh) Contract Id : 25lj0017, 25lj0035, 25lj0036, 25lj0037, 25lj0041, 25lj0042, 25lj0044, 25lj0049, 25lj0051, 25lj0087, 25lj0116, 25lj0125, 25lj0128, 25lj0129 Contract Name : Various Location Of The Contract : Various Davao Del Norte 2nd District Engineering Office Tagum City, Region Xi Invitation To Bid 1. The Department Of Public Works And Highways Davao Del Norte 2nd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bidders To Submit Bids For The Infra Projects Funded Under Gaa Cy 2025, To Wit: 5. Contract Id : 25lj0041 Contract Name/location : Construction (completion) Of Multi-purpose Building, Barangay Little Panay, Barangay Kauswagan, Barangay Katualan, Panabo City, Davao Del Norte Scope Of Works : Construction Of Multi – Purpose Building (completion) Approved Budget For The Contract (abc) : Php 8,910,000.00 Contract Duration : 120 Cal. Days The Bac Is Conducting The Public Bidding For This Contract In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations (irr). Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Rejected Automatically At Bid Opening. 2. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation With Pcab License For Size Range Small B (items 1, 3, 4, 5, 6, 7, 8, 9, 11, 12 & 13), Medium A (items 2, 10 & 14), (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. 3. The Dpwh Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. 4. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 5. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance Of Bidding Documents January 23, 2025, Until 10:00 Am Of February 13, 2025 Procurement Unit Office, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 2. Pre-bid Conference January 31, 2025 At 9:00 Am Conference Room, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 3. Receipt Of Bids Until 10:00 Am Of February 13, 2025 Office Of The Bac Chairperson, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City 4. Opening Of Bids February 13, 2025, After All Bids Have Been Received And Recorded Conference Room, Dpwh Davao Del Norte 2nd District Engineering Office, Tagum City The Bidding Documents May Also Be Downloaded Free Of Charge From The Dpwh (www.dpwh.gov.ph/dpwh/) And Philgeps (www.philgeps.gov.ph/) Websites, Provided That The Bidders Shall Pay The Applicable Fee Of Php 5,000 (items 6 & 12), Php 10,000 (items 4, 5, 7, 8, 9, 11 & 13), Php 25,000 (items 1, 2, & 3), & Php 50,000 (items 10 & 14), Per Project For The Bidding Documents Not Later Than The Date And Time Of The Submission Of Bids, Pursuant To The Latest Guidelines Issued By The Gppb. 6. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaodelnorte2@dpwh.gov.ph For Electronic Submission Not Later Than The Date And Time Of The Submission. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Proposal May Be Submitted Through An Authorized Representative Together With A Company Id Or Any Government Issued Id And The Original Authorization Letter (i.e. Special Power For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Information From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) For The Authenticity And Veracity Of Said Authorization Letter. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Channel: Https://www.youtube.com/@dpwh.ddnsub.deo. And Via Zoom Application With Meeting Id: 229 852 7318 Password: Dpwddn2 On The Dates Above. 8. The Department Of Public Works And Highways Davao Del Norte 2nd District Engineering Office Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 9. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: Nelita L. Acain Engineer Iii Head, Procurement Unit Dpwh Davao Del Norte 2nd Deo Email: Dpwhddnsubdeo.procurement@gmail.com Date Of Posting: January 23, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Del Norte 2nd Deo Compound Garry E. Verano Officer-in-charge Office Of The Assistant District Engineer Bac Chairperson

Municipality Of Kasibu, Nueva Vizcaya Tender

Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.3 K)
Details: Description Imropvement Of Farm To Market Road Andres Gamaon Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Supplemental Budget No. 2 2024 Intends To Apply The Sum Of One Million Nine Hundred Thirty Eight Thousand Fifty Five Pesos And Thirty Centavos Only (p1,938,055.30) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Farm To Market Road Andres Gamaon Located At Catarawan, Kasibu, Nueva Vizcaya Invitation Number: 16-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Seventy Seven (77) Working 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 The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On January 30, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before February 11, 2025 At 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 16. 9. Equipment Needed For The Project Are As Follows: Backhoe, Dumptruck, Road Roller, Road Grader, One Bagger Concrete Mixer, Concrete Vibrator 10. Bid Opening Shall Be On February 11, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu 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: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [january 23, 2025] James B. Canayan Municipal Assessor Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Sibugay 1st District Engineering Office Regional Office Ix Diplahan, Zamboanga Sibugay Invitation To Bid (january 22, 2025) For 25ji0049 – Completion Of Multi Purpose Building, Balangao, Diplahan, Zamboanga Sibugay 1. The Zamboanga Sibugay 1st District Engineering Office, Through The Fy 2025 General Appropriation Act (gaa) – Basic Infrastructure Program (bip) Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ji0049. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Zamboanga Sibugay 1st Deo Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Completion Of Multi Purpose Building, Balangao, Diplahan, Zamboanga Sibugay Contract Id No. : 25ji0049 Location : Brgy. Balangao, Diplahan, Zamboanga Sibugay Scope Of Works : Completion Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building And Industrial Plant. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 5. Interested Bidders May Obtain Further Information From The Zamboanga Sibugay 1st Deo And Inspect The Bidding Documents At Brgy. Kauswagan, Diplahan, Zamboanga Sibugay During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Zamboanga Sibugay 1st Deo Will Hold A Pre-bid Conference On January 31, 2025 10:00am At Conference Room, Zamboanga Sibugay 1st Deo, Diplahan, Zamboanga Sibugay, 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 Above For Manual Submission Or At Electronicbids_zamboangasibugay1@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 13, 2025 10:00 Am At Conference Room, Zamboanga Sibugay 1st Deo, Diplahan, Zamboanga Sibugay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 12. The Zamboanga Sibugay 1st Deo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Irish A. Torino Designated Head, Procurement Unit 09166372681 Torino.irish@dpwh.gov.ph Melvar B. Baroy Chief, Maintenance Section Bac, Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 9.9 Million (USD 170.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pangasinan 2nd District Engineering Office Alvear Street, Lingayen, Pangasinan, Region I Invitation To Bid For 25ah0135 Construction Of Drainage Canal In Barangay Bogtong Silag, Mangatarem, Pangasinan 1. The Dpwh Pangasinan 2nd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 9,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ah0135 Construction Of Drainage Canal In Barangay Bogtong Silag, Mangatarem, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Pangasinan 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Drainage Canal In Barangay Bogtong Silag, Mangatarem, Pangasinan Contract Id No. : 25ah0135 Location : Mangatarem, Pangasinan Scope Of Works : Construction Of Drainage Canal Approved Budget For The Contract (abc) : Php 9,900,000.00 Contract Duration : 122 Calendar Days 3. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 75% Filipino-owned Partnership/corporation With Pcab License For Size Range Small B, (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Pangasinan 2nd District Engineering Office And Inspect The Bidding Documents At Alvear St., Lingayen, Pangasinan 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 22, 2025 To February 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Pangasinan 2nd District Engineering Office Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At Conference Room, Dpwh Pangasinan 2nd District Engineering Office, Alvear St., Lingayen, Pangasinan, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One (1) 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_pangasinan2@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025, 9:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 11, 2025, 9:00 A.m. At Conference Room, Dpwh Pangasinan 2nd District Engineering Office, Alvear St., Lingayen, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Pangasinan 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Albert B. Soriano Head, Bac Secretariat Address: Dpwh – Pangasinan 2nd Deo Alvear St., Lingayen, Pangasinan Telephone No:(075) 662-1686 Loc 22405 Approved By: Ericson A. Paz Assistant District Engineer Bac Chairperson Date Of Publication: January 22, 2025 To January 28, 2025

DEPT OF THE NAVY USA Tender

Chemical Products
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n97113|faa|717-605-5834|amanda.r.hayward.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| General Information-fob-destination|1|b| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection / Acceptance Point - Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil| Note For Contractor/administrative Contracting Officer|3|||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Annual Representations And Certifications (jan 2025)|13|336310|1050|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Government Source Inspection Per Far 52.246-2 Is Required. Delivery 90 Days. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Repair Kit . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Repair Kit Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;on P/n Rd910k2 Cage 26952; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours Of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod Standardization Documents. Mail Requests Should Be Submitted To: Navy Publishing And Printing Service (subscriptions) Building 4d 700 Robbins Ave. Phildelphia, Pa. 19111 Attn: Dodssp Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5a00 Port Hueneme, California 93043 E. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. F. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 H. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 I. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine If The Item Meets The Minimum Requirements Of This Contract/purchase Order. P/n: Rd910k2 (cage: 26952)
8421-8430 of 10000 active Tenders