Website Tenders
Website Tenders
Municipality Of Paniqui, Tarlac Tender
Food Products
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 2.8 Million (USD 48 K)
Details: Description Municipality Of Paniqui Province Of Tarlac Project Reference Number : Gss-2025-003 Name Of The Project : Supply & Delivery Of Meals And Snacks Of Activities And Programs Of Mswd Office For C.y. 2025 Location Of The Project : Mswdo, Lgu-paniqui, Tarlac Standard Form Number: Sf-good-05 Revised On: July 28, 2004 Invitation To Apply For Eligibility And To Bid The Municipality Of Paniqui Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Supply & Delivery Of Meals And Snacks Of Activities And Programs Of Mswd Office For C.y. 2025 Location : Mswdo, Lgu-paniqui, Tarlac Brief Description : Meals And Snacks Of Activities And Programs Of Mswd Office For C.y. 2025 Approved Budget : P 2,805,400.00 Funding Source : General Fund Delivery Period : 321 Days For Contracts Involving Delivery Of Goods: Prospective Bidders Should Have Experience In Undertaking A Similar Project With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 13, 2025 To February 6, 2025, 8:00am To 5:00pm, Bac Office, Lgu-paniqui, Tarlac 2. Pre-bid Conference January 24, 2025, 2:00pm – Bac Office, Lgu-paniqui, Tarlac 3. Deadline Of Submission Of Bids February 6, 2025, 9:00am – Bac Office, Lgu-paniqui, Tarlac 4. Opening Of Bids February 6, 2025, 10:00am – Bac Office, Lgu-paniqui, Tarlac For Single-stage Bidding: Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of Five Thousand Pesos (p 5,000.00) To The Municipality Of Paniqui Cashier. The Municipality Of Paniqui Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Dates Of Publication : January 13, 2025 To February 6, 2025 Type Of Publication : Bulletin, Website & Philgeps Approved By: Eugenio B. Galanga, Rsw Bac Chairman
BICOL REGIONAL HOSPITAL AND MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 12.1 Million (USD 208.7 K)
Details: Description Invitation To Bid For The Procurement Of Enteral Products 1.the Bicol Regional Hospital And Medical Center, Through The Regular Fund Fy 2025 Intends To Apply The Sum Of Twelve Million One Hundred Ninety Three Thousand Four Hundred Fifty Pesos Only (₱12,193,450.00) Being The Abc To Payments Under The Contract For The Procurement Of Enteral Products Under Pb 14-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Bicol Regional Hospital And Medical Center Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Specified In The Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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 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 No. 5183. 4.prospective Bidders May Obtain Further Information From Bicol Regional Hospital And Medical Center And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 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 (5,000.00). For Bidders Who Will Be Paying For The Bidding Documents Through Bank Transfer, Please Refer To The Bank Details Below: Account Name: Brhmc Trust Regular Account Account Number: 0510000062 Bank Name: Philippine Veterans Bank Kindly Email The Bank Validated Deposit Slip/print Out Of Payment Confirmation At Brtth.msm.bac@gmail.com And Indicate The Name Of The Company And Purpose Of The Transfer In The Deposit Slip. 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.the Bicol Regional Hospital And Medical Center Will Hold A Pre-bid Conference1 On January 23, 2025 01:30 P.m. At Brhmc Bids And Awards Committee Office Through Video Conferencing Or Webcasting Via Zoom Meeting (id: 717 620 3158), Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 04, 2025 01:30 P.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 14. 9.bid Opening Shall Be On February 04, 2025 01:30 P.m. At Brhmc Bids And Awards Committee Office Through Through Through Video Conferencing Or Webcasting Via Zoom Meeting (id: 717 620 3158). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Bicol Regional Hospital And Medical Center 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: Barby Ann M. Villamor-benitez Administrative Officer V Procurement Section Brhmc, Daraga, Albay 052-742-5555 Local 4243 Brtth.msm.bac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Https://brhmc.doh.gov.ph/procurement January 15, 2025 Sgd. Raoul Emmanuel O. Zantua, Md Bac Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 27.5 Million (USD 471.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24gb020 1. The Department Of Public Works And Highways – Regional Office Ii, Through The Dpwh Gaa Fy 2024 Intends To Apply The Total Sum Of Php27,539,454.79 Being The Total Abc To Payments Under The Contract For 24gb020: Repair And Rehabilitation Of High-speed Weigh-in-motion (hswim) Of Calitlitan Weighbridge Station. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Regional Office Ii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods And Services Is Required Within Two Hundred Nine (209) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Dpwh Regional Office Ii And Inspect The Bidding Documents At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, During 8:00 A.m. To 5:00 P.m. Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 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 Php25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Not Later Than The Submission Of Its Bids. 6. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 22, 2025, 10:00 A.m. At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, And/or Through Webcasting Via Youtube (@dpwh.ro.2), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2 On Or Before February 4, 2025, 10:00 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 14. 9. Bid Opening Shall Be On February 4, 2025, Immediately After The Deadline Of Submission Of Bids At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh-regional Office Ii 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. Bid Documents Shall Be Printed In A4 Size Bond Paper. 12. You May Visit The Following Websites For Downloading Bidding Documents: Philgeps Website: Www.philgeps.gov.ph Dpwh Website: Www.dpwh.gov.ph 13. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Bac Secretariat Casem.hilario@dpwh.gov.ph 0935-176-0624 Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Date Of Posting: Philgeps And Dpwh Website: January 15-21, 2025 Conspicuous Place: January 15-21, 2025
Municipality Of Jasaan , Misamis Oriental Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Details: Description Invitation To Bid The Local Government Unit Of Jasaan, Jasaan, Misamis Oriental, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers /distributors /contractors To Apply For Eligibility And To Bid For The Hereunder Procurement For The: Procurement Reference No. : 4311-infra-2025-006 Project Name : Proposed Construction Of One (1) Unit Reservoir Project Location : Brgy. San Antonio, Jasaan, Misamis Oriental And Intends To Apply The Approved Budgetary Costs For The Contract (abc) In The Amount Of: Approved Budgetary Costs For The Contract (abc) (pesos) : 2,000,000.00 Source Of Funds : 20% Mdf (continuing) Project Duration : 90 Calendar Days The Philippine Bidding Documents (infrastructure Project) Will Be Available To The Declared Eligible Bidders By The Bids And Awards Committee (bac), Through Its Bac Secretariat Upon Payments Are Made To The Office Of The Municipal Treasurer In The Amount Of: Philippine Bidding Documents (infrastructure Project) : 5000.00 Letter Of Intent : 500.00 Total : 5,0500.00 Prospective Bidders Should Possess A Valid Philgeps Certificate Registration (platinum), Have Experience In Undertaking A Similar Project Within The Last Two (2) Years, With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated And Responsive Bid (lcrb) Or The Single Calculated And Responsive Bid (scrb) Shall Be Conducted. All Particulars Relative To Eligibility Statements And Screening, Bid Security, Performance Security, Pre-bid Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of The Updated 2016 Revised Implementing Rules And Regulations (irr) Of The Republic Act No. 9184. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Venue Advertisement And Posting Of Invitation To Bid January 15, 2025 – February 4, 2025 Philgeps Website, Ps Website, And At Any Three (3) Conspicuous Places Reserved For This Purpose In The Premises Of Ps. Issuance Of Philippine Bid Documents: Eligibility, Technical & Financial Forms January 15, 2025 – February 4, 2025 @ 8:00 Am – 5:00 Pm (working Days) Office Of The Bids & Awards Committee, Ground Floor, New Municipal Hall Building, Upper Jasaan, Jasaan, Misamis Oriental Pre – Bid Conference Not Applicable Not Applicable Deadline Of Bid Submission (eligibility, Technical & Financial Proposals) February 4, 2025 @ Not Later Than 11:00 Am Office Of The Bids & Awards Committee, Ground Floor, New Municipal Hall Building, Upper Jasaan, Jasaan, Misamis Oriental Receipt And Opening Of Bids February 4, 2025 @ 1:30 Pm Administrative Conference Room, 2nd Floor, New Municipal Hall Building, Upper Jasaan, Jasaan, Misamis Oriental Interested Parties Shall Submit Their Bid Documents On Or Before February 4, 2025 @ Not Later Than 11:00 Am Addressed To: Allan A. Jumuad Vice -chairperson Bids And Awards Committee New Municipal Hall Building, Upper Jasaan, Jasaan, Misamis Oriental The Lgu - Jasaan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved By: Allan A. Jumuad Bac Chairperson Date Of Publications: Bac Bulletin Board : January 15, 2025 Jasaan Municipal Hall Bulletin Board : January 15, 2025 Jasaan Public Market Bulletin Board : January 15, 2025
Province Of South Cotabato Tender
Others
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.3 K)
Details: Description Republic Of The Philippines Province Of South Cotabato Bids And Awards Committee Capitol Compound Alunan Avenue, Koronadal City Tel. Fax No.: (083) 228-9951/228-8570 Invitation To Bid For The Supply And Delivery Of 1,071 Sacks Rice, 50 Kg Per Sack, Well-milled (early Procurement – Short Of Award) 1. The Provincial Government Of South Cotabato, Through The General Fund Annual Budget 2025, Intends To Apply The Sum Of P2,998,800.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of 1,071 Sacks Rice, 50 Kg Per Sack, Well-milled / Itb No. 25-0024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of South Cotabato Now Invites Bids For The Supply And Delivery Of 1,071 Sacks Rice, 50 Kg Per Sack, Well-milled. Delivery Of The Goods Is Required Within 20 Calendar Days From The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 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. 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 South Cotabato And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm, Mondays-fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 To February 04, 2025, 12:00 Noon From The Given Address And Website(s) Below And Upon Payment Or Depositing To The Provincial Government Of South Cotabato, Development Bank Of The Philippines - Marbel Branch With Savings Account Number: 1057-935-1, Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P2,999.00/set. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person Or Through Electronic Means. 6. The Provincial Government Of South Cotabato Will Hold A Pre-bid Conference On January 22, 2025, 2:00 Pm At Bac Office, Provincial Capitol Compound, Alunan Avenue, City Of Koronadal And/or Through Video Conferencing Or Webcasting Via Zoom Meeting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 04, 2025, 12:00 Noon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 04, 2025, 2:00 Pm At The Given Address Below And/or Via Zoom Meeting. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of South Cotabato Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: John B. Magbanua Head, Bids And Awards Secretariat/twg Provincial Capitol Compound, Alunan Avenue Koronadal City, South Cotabato (083) 228-9951 Or 228-8570 Email-add: Bacpgsc2016@gmail.com Website: Www.southcotabato.gov.ph/open-contracting 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.southcotabato.gov.ph/open-contracting Or Https://notices.philgeps.gov.ph Date Of Issue: January 15, 2025 (sgd)atty. Marnito B. Cosep Provincial Legal Officer Bac Chairman
City Of Taguig Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 14.9 Million (USD 256.5 K)
Details: Description Bids Received In Excess Of The Abc For Each Project Shall Be Automatically Rejected At Bid Opening. Bidders Should Have Completed A Similar Project Within Five (5) Years From The Date Of Bidding. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The Government Procurement Reform Act. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Bids And Awards Committee Secretariat Upon Payment Of A Non-refundable Fee (“fee”) Based On The Standard Rates Set By The Gppb Resolution No. 04-2012. The Complete Schedule Of Activities Is As Follows: 1. Issuance Of Bid Documents – January 15 – February 4, 2025 2. Pre-bid Conference – January 23, 9:00 A.m. 3. Deadline For Submission Of Bids – February 4, 8:30 A.m. 4. Bidding Proper And Opening Of Bid Envelopes – February 4, 9:00 A.m. 5. Bid Evaluation And Post Qualification – February 5– Onwards Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 4, 2025, 8:30 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. Late Bids Shall Not Be Accepted. The City Of Taguig 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 Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Office Of The Bac Secretariat 3rd Floor, Taguig City Hall Telephone No.: 02-85557800 Fax No.: 02-6423588 Website: Www.taguig.gov.ph
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 24.5 Million (USD 419.4 K)
Details: Description Invitation To Bid (cw-01-2025-002) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Improvement Of Road At Barangays Pansol, Bukal, Banay-banay, And San Miguel, Padre Garcia, Batangas Contract Id No. : 25dd0110 Project Location : Padre Garcia, Batangas Scope Of Works : "pansol : Asphalt Overlay Of 1,141.50 L.m. Road With Varying Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line) Bukal (from Tamak To Boundary Of Bukal-payapa Bridge) : Asphalt Overlay Of 396.30 L.m. Road With Varying Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line) And Manhole Bukal (from Bukal-payapa Bridge) : Asphalt Overlay Of 2,622.00 L.m. Road With Varying Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line) And Manhole Banay-banay : Asphalt Overlay Of 1,022.00 L.m. Road With Width Of 6.10m And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line) San Miguel : Asphalt Overlay Of 455.30 L.m. Road With Varying Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white For Edge Line)" Approved Budget For The Contract : Php 99,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 126 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers, Construction Of Flood Control Structure Along Calumpang River, Ibaan, Batangas Contract Id No. : 25dd0111 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 752.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 96,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 244 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Road Rehabilitation Of Barangay Banaba, Barangay Banay Banay And Barangay Poblacion, Padre Garcia, Batangas Contract Id No. : 25dd0112 Project Location : Padre Garcia, Batangas Scope Of Works : "banay Banay : Rehabilitation Of 585.50 L.m. Road With Width Of 6.10m And Thickness Of 0.28m Including Grouted Riprap Banaba : Asphalt Overlay Of 445.00 L.m. With Width Of 6.10m And Thickness Of 50mm Poblacion : Section 1 - Asphalt Overlay Of 589.00 L.m. With Width Of 6.10m Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white And Yellow); Section 2 - Asphalt Overlay Of 211.60 L.m. With Varying Width Of 9.45m To 10.60m Including Flaring And Reflectorized Thermoplastic Pavement Markings (white); Section 3 - Reblocking Of 273.00 Sq.m. With Thickness Of 0.28m And Asphalt Overlay Of 187.00 L.m. Road Width Of 8.00m Width And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white); Section 4 - Asphalt Overlay Of 157.00 L.m. Road With Width Of 8.80m And Thickness Of 50mm Including Flaring And Reflectorized Thermoplastic Pavement Markings (white); Section 5 - Reblocking Of 7.65 Sq.m. Road With Thickness Of 0.28m And Asphalt Overlay Of 50.70 L.m. Road With Varying Width Of 5.90m To 8.00m And Thickness Of 50mm Including Flaring And Reflectorized Thermoplastic Pavement Markings (white); Section 6 - Asphalt Overlay Of 268.80 L.m. Road With Varying Width Of 5.00m To 6.50m Including Flaring And Reflectorized Thermoplastic Pavement Markings (white And Yellow); Section 7 - Concreting Of 93.15 Sq.m. Road With Thickness Of 0.28m And Asphalt Overlay Of 127.70 L.m. With Varying Width Of 4.90m To 9.00m And Thickness Of 50mm Including Reflectorized Thermoplastic Pavement Markings (white)" Approved Budget For The Contract : Php 49,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 221 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of San Jose - Ibaan Road, San Jose Section, Batangas Contract Id No. : 25dd0113 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 1,700.50 L.m. Carriageway And 72.40 L.m. Shoulder With Width Of 5.00m And 3.15m Respectively And Thickness Of 0.30m Including Rehabilitation Of Sidewalk, Curb & Gutter Approved Budget For The Contract : Php 49,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 137 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road Along Barangay Sto. Niño, Taysan, Batangas Contract Id No. : 25dd0114 Project Location : Taysan, Batangas Scope Of Works : Construction Of 697.50 L.m. Carriageway With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base And Reinforced Concrete Pavement Including 8.00 L.m. - 910mm Dia. Cross Drain With Headwall Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 164 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0115 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,614.00 Sq.m. Road With Varying Width Of 2.50m To 6.10m And Thickness Of 0.28m; Asphalt Overlay Of 7,406.00 Sq.m. Road With Varying Width Of 5.00m To 8.40m Including Application Of Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 27,440,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 137 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of San Jose - Ibaan Road, San Jose Section, Batangas Contract Id No. : 25dd0116 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 16.90 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 801.00 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 103 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road Including Drainage At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0117 Project Location : Lipa City, Batangas Scope Of Works : Reconstruction And Asphalt Overlay Of 373.40 L.m. Road With Width Of 6.10m And Thickness Of 0.28m And 50mm Respectively Including Reflectorized Thermoplastic Pavement Markings; Construction Of 132.40 L.m. - 760mm Dia. Rcpc Drainage And 120.30 L.m. Road With Width Of 1.60m And Thickness Of 0.20m Approved Budget For The Contract : Php 19,600,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 148 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Barangay Galamay-amo, San Jose, Batangas Contract Id No. : 25dd0118 Project Location : San Jose, Batangas Scope Of Works : Reblocking Of 621.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Barangay Pinagtung-ulan - Barangay Galamay-amo, San Jose, Batangas Contract Id No. : 25dd0119 Project Location : San Jose, Batangas Scope Of Works : Reblocking Of 99.00 L.m. Road With Width Of 5.00m And Thickness Of 0.23m; Asphalt Overlay 595.50 L.m. Road With Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings (white) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 47 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Barangay Road At Barangay Tipacan, Lipa City, Batangas Contract Id No. : 25dd0120 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 344.60 L.m., 140.60 L.m. And 75.00 L.m. Road With Width Of 6.00m And Thickness Of 0.20m; Construction Of 53.00 L.m. Lined Canal And 50.10 L.m. Stone Masonry With Varying Height Of 2.10m To 2.40m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road At Barangay Pagolingin West, Lipa City, Batangas Contract Id No. : 25dd0121 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 33.10 L.m., 184.30 L.m. And 130.40 L.m. Road With Width Of 5.00m, 5.30m And 4.50m Respectively And Thickness Of 0.20m; Asphalt Overlay Of 253.20 L.m. And 19.000 L.m. Road With Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 9,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road, Barangay Bolbok, Lipa City, Batangas Contract Id No. : 25dd0122 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 201.00 L.m. Road And Asphalt Overlay Of 137.00 L.m. Road With Width Of 5.00m And Thickness Of 0.28m And 50mm Respectively Including Application Of Thermoplastic Pavement Markings Section Ii : Reblocking Of 64.00 L.m. Road With Width Of 3.50m And Thickness Of 0.28m" Approved Budget For The Contract : Php 6,860,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 56 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Pagolingin East, Lipa City, Batangas Contract Id No. : 25dd0123 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 425.10 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 39 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road, Barangay San Benito, Lipa City, Batangas Contract Id No. : 25dd0124 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 471.27 L.m. Road With Varying Width Of 4.00m To 4.50m And Thickness Of 0.20m Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 51 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road In Barangay Lumbangan, Rosario, Batangas Contract Id No. : 25dd0125 Project Location : Rosario, Batangas Scope Of Works : "section I : Construction Of 141.70 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap At Both Sides And Cross Drainage At The End Of Section Section Ii : Construction Of 246.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 131.50 L.m. Grouted Riprap At Both Sides" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 65 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road In Barangay Leviste, Rosario, Batangas Contract Id No. : 25dd0126 Project Location : Rosario, Batangas Scope Of Works : Construction Of 435.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 36 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road In Barangay Bagong Pook, Rosario, Batangas Contract Id No. : 25dd0127 Project Location : Rosario, Batangas Scope Of Works : Construction Of 109.90 L.m., 163.90 L.m., 15.60 L.m. And 133.40 L.m. Road With Width Of 4.00m, 3.00m, 4.50m And 3.00m Respectively And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 65 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction/ Rehabilitation Of Road, Sitio Camia, Brgy. Talahiban 1.0, San Juan, Batangas Contract Id No. : 25dd0128 Project Location : San Juan, Batangas Scope Of Works : Construction/rehabilitation Of 231.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Including Construction Of 169.20 L.m. Slope Protection At Left Side Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 62 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction/ Rehabilitation Of Road, Sitio Rosal, Brgy. Talahiban 1.0, San Juan, Batangas Contract Id No. : 25dd0129 Project Location : San Juan, Batangas Scope Of Works : "section I : Construction Of 183.20 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 85.00 L.m. Slope Protection At Left Side Section Ii : Construction Of 184.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 59.80 L.m. Slope Protection At Right Side" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 50 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities, Construction Of Road, Barangay Coliat, Ibaan Batangas Contract Id No. : 25dd0130 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 277.00 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 40 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road, Barangay Malitlit, Lipa City, Batangas Contract Id No. : 25dd0131 Project Location : Lipa City, Batangas Scope Of Works : Reblocking Of 39.50 L.m., 98.80 L.m. And 8.50 L.m. Road With Width Of 5.00m, 6.00m And 6.80m Respectively And Thickness Of 0.20m Including Construction Of 75.50 L.m. Grouted Riprap At Left Side Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 44 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Slope Protection In Barangay San Agustin, Ibaan, Batangas Contract Id No. : 25dd0132 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 154.30 L.m. Revetment On Left Side (upstream) Using Stone Masonry With Height Of 4.00m Including Clearing And Grubbing, Excavation And Embankment Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Barangay Road At Barangay Matamis, Rosario, Batangas Contract Id No. : 25dd0133 Project Location : Rosario, Batangas Scope Of Works : Construction Of 375.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 3,960,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 81 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 03, 2025, 8:00 A.m.-5:00 P.m.; February 04, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents Indicated On The Above Table. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website, 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 (dpwh)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 23, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 04, 2025 At 08:30 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. 9. Bid Opening Shall Be On February 04, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "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 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. " 11. The Dpwh-batangas Iv 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 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Ten (10) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 14, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 15, 2025 To January 21, 2025 Publication: Dpwh Website/ Philgeps
Province Of Pampanga Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 3.9 Million (USD 68.4 K)
Details: Description Republic Of The Philippines Province Of Pampanga City Of San Fernando Invitation To Bid No. 2025-06 Ig – Bac Invitation To Bid For Purchase Request Nos. 25-0131, 24-5945, 24-4305 And 24-6100 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 Trust Fund/ General Fund 62,985,903.11 #25-0131 To Supply Labor, Materials And Necessary Equipment For The Construction Of Multi-purpose Building (diagnostic Building) At Sta. Catalina, Lubao, Pampanga. Special Education Fund 6,199,782.06 #24-5945 To Supply Labor, Materials And Necessary Equipment For The Construction Of Four (4) Classroom School Building With Comfort Rooms At Dalan Baliti Elementary School At Sta. Maria Libutad, Macabebe, Pampanga General Fund 6,466,369.81 #24-4305 To Supply Labor, Materials And Necessary Equipment For The Renovation/improvement Of Former Provincial Planning Development Office At Capitol Building, Capitol Compound, Sto Nińo, City Of San Fernando, Pampanga. General Fund 3,996,875.91 #24-6100 To Supply Labor, Materials And Necessary Equipment For The Construction Of Two (2) Storey Multi-purpose Building At Balucuc, Apalit, Pampanga Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Province Invites Bids For The Foregoing Projects. Completion Of The Works Is Required As Follows: Purchase Request Number Expected Contract Duration #25-0131 300 Calendar Days From Receipt Of Notice To Proceed #24-5945 150 Calendar Days From Receipt Of Notice To Proceed #24-4305 180 Calendar Days From Receipt Of Notice To Proceed #24-6100 150 Calendar Days From Receipt Of Notice To Proceed 2. #24-5841the Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. 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. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 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 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 #25-0131 62,985,903.11 50,000.00 #24-5945 6,199,782.06 10,000.00 #24-4305 6,466,369.81 10,000.00 #24-6100 3,996,875.91 5,000.00 6. The Province Will Hold A Pre-bid Conference On January 23, 2025 (thursday), 10:00 A.m. At The Executive House, 2nd Floor, Provincial Capitol, City Of San Fernando, Pampanga, Which Shall Be Open To Prospective Bidders. 7. 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. 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. Opening Of Bids Will Be On February 4, 2025 (tuesday), 10:00 A.m. At The Executive House, 2nd 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. 10. Online Bid Submission Is Not Applicable. 11. 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. 12. 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 13. 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
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19|exempted By Military Service|||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|||||||||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report|n/a|tba |sprmm1|tba|tba|tba|tba|tba|tba|tba||||||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x||||||||
annual Representations And Certifications (jan 2025)|13|334412|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By
facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
2. No Drawings Or Technical Data Are Available For This Item.
3. Rfid Is Only Required If The Ship To Code Identified Above Is Listed At The Website With Dfars 252.211-7006 Passive Rfid, As The Time Of Shipment. Currently, There Are No Locations Listed That Require Passive Rfid Tagging.
4. Delivery Days_________aro.
5. Offer Valid For _____ Days.
6. Notice To Surplus/new Surplus/new Manufactured Surplus Suppliers:
submission Of Your Quote Without A Surplus Certificate Will Null And Void Your Quote. A Surplus Material Certificate Must Accompany All Quotes For Surplus/new Surplus/new Manufactured. If Submitting Quote Via Edi, A Faxed Or Scanned Copy Must Be Sent To The
buyer.
7. When Submitting Quotes Via Edi, Make Sure You Specify Any Exceptions (i.e. Mil Specs/standards, Packaging, I&a, Packaging Houses Etc) Or Follow Up With A Hardcopy Of The Exceptions. If Nothing Is Indicated Or Received, Award Will Be Based Upon Solicitation
requirements. Changes Or Requests For Changes After Award Will Have Consideration Costs Deducted On Modifications.
8.if Supplies Will Be Packaged At A Location Different From The Offeror Address, The Offeror Shall Provide The Name And Street Address Of The Packaging Facility.
inspection Of Material Will Be At:
______________________________________________________________
inspection Of Packaging And Final Acceptance Of Material Will Be At:
______________________________________________________________
9. If You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Oem Is (cage Code) And The Part Number You Are Offering.
10. Please Provide An Email Address For Follow Up Communications.
____________________________________________________________
it Is Recommended That Vendors Provide Contact Information To Navsup Wss Mechanicsburg In Order To Receive Automated Notifications From Navy Electronic Commerce Online (neco) When Contracts/modifications Are Issued By Dla Maritime Mechanicsburg And Posted On Eda. To Receive These Notifications, Contact: Navsupwss Code 025, Procurement Systems Design And Contract Support Division Via Email At Navsupwssitimphelpdesk@navy.mil. Please Include The Following Information With Your Request: Cage Code, Company Name, Address And
poc With Phone Number And Email Address.
contractors Can View Their Orders, Contracts And Modifications At The Electronic Document Access (eda) Web Tool. This Web Tool Is Located At The Procurement Integrated Enterprise Environment (piee) Website. It Is Recommended That The Contractor Register For Eda At Https://piee.eb.mil Click On New User And Registration.
any Order Resulting From This Request For Quotation Will Require Electronic Submittal Of Receiving Report And Invoices Through Piee-wawf.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;63812 456060-2;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Province Of Cebu Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 20.6 Million (USD 353.1 K)
Details: Description Invitation To Bid 1. The Province Of Cebu Through The 2025 General Fund, Intends To Apply The Sum Of Twenty Million Six Hundred Twenty-nine Thousand Three Hundred Sixty-two Pesos And 00/100 (php20,629,362.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting/improvement Of Barangay Bayong Road Sections, Balamban, Cebu. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Province Of Cebu Through Its Bids And Awards Committee Now Invites Bids For The Supply Of Labor, Materials, And Incidentals For The Concreting/improvement Of Barangay Bayong Road Sections, Balamban, Cebu Under Advertisement No. 25-017rb. Completion Of The Works Is Required For The Period One Hundred Eighteen (118) Calendar Days. Bidders Should Have Completed A Contract Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. 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). 4. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents Is Available And May Be Acquired By Interested Bidders On January 15, 2025 Until February 4, 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 Twenty-five Thousand Pesos (p25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either Through A Representative, By Facsimile, Or Through Electronic Means. 6. The Province Of Cebu Through Its Bids And Awards Committee Will Hold A Pre-bid Conference On Thursday, January 23, 2025 At 9:30 A.m., Bac Conference Room, Ground Floor, Capitol Main Building, Cebu Capitol, Cebu City, And/or Through Videoconferencing/webcasting Via Website Of The Province Of Cebu If Applicable, Which Shall Be Open To All Interested Parties. 7. Bids Must Be Duly Received At The Bac Office, Ground Floor, Capitol Main Building, Cebu Capitol, Cebu City, On Or Before 8:30 A.m., Tuesday, February 4, 2025. 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 Tuesday, February 4, 2025 At 9:30 A.m., Bac Conference Room, Ground Floor, Capitol Main Building, Cebu Capitol, Cebu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. 8. The Province Of Cebu 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. 9. For Further Information, Please Refer To: The Bac Secretariat Ground Floor, Provincial Capitol Main Building Cebu Capitol, Cebu City Tel. No. 888-2328 Loc.1214, 253-7160; 239-5817 Www.cebu.gov.ph Sgd: Mary Rose B. Vincoy Chairman, Bac-infrastructure
8651-8660 of 9662 active Tenders