Website Tenders

Website Tenders

National Kidney And Transplant Institute Tender

Machinery and Tools
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Labor, Tools, Materials, Equipment, Consumables, Technical Expertise And Supervision For The Replacement Of Various Types Of Air-conditioning And Ventilation Units Reference No. Ib No. 25-074 1. The National Kidney And Transplant Institute, Through The 2025 Corporate Operating Budget Intends To Apply The Sum Of Eleven Million Two Hundred Thirty-five Thousand Pesos Only (php 11,235,000.00) Being The Abc To Payments Under The Contract For Ib No. 25-074. 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 Required By One Hundred Twenty (120) Calendar Days. 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 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 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 Twenty-five Thousand Pesos Only (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees 6. The Bidding Activities Shall Be Held At The Bac Conference Room, G/f 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 15, 2025 Issuance And Availability Of Bid Documents January 15, 2025, Onwards, 8:00 Am To 12:00 Noon Pre-bid Conference January 22, 2025 (wednesday) 9:00 Am Issuance Of Supplemental Bid Bulletin (if Any) January 29, 2025 Opening Of Bids February 4, 2025 (tuesday) 9:00 Am 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission By The Authorized Representative As Stated In Their 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 4, 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 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: Bac Secretariat Office Ground Floor Nkti Main Building East Avenue, Quezon City Email Address: Bac@nkti.gov.ph Tel No. 8981-0300 Local 1177 12. You May Visit The Following Websites For Downloading Of Bidding Documents: Nkti.gov.ph ______________________________________ (sgd) Violeta M. Valderrama, Md Bac Chairperson
Closing Soon4 Feb 2025
Tender AmountPHP 11.2 Million (USD 192.3 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Bohol 1st District Engineering Office Tagbilaran City, Bohol, Region Vii Invitation To Bid For 25ha0060 (re-ad) - Completion Of Multi-purpose Building, Pagnitoan, Maribojoc, Bohol 1. The Department Of Public Works And Highways – Bohol 1st District Engineering Office, Through The Nep 2025 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 25ha0060. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Department Of Public Works And Highways - Bohol 1st District Engineering Office Is Conducting This Procurement Through The Early Procurement Activity (epa) For Fy 2025. The Contract To Be Awarded Shall Be Subject To Gppb Guidelines On The Implementation Of Early Procurement Activity (gppb Circular 06-2019) Which Provides That This Contract May Only Be Awarded Upon The Approval And Effectivity Of The General Appropriations Act (gaa) Of 2025 Or The Reenacted Budget, And The Abc Therefore Remains Without Any Reduction. 2. The Dpwh – Bohol 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Completion Of Multi-purpose Building, Pagnitoan, Maribojoc, Bohol Contract Id No. : 25ha0060 (re-ad) Location : Maribojoc, Bohol Scope Of Works : Completion Of Multi-purpose Building Approved Budget For The Contract : 4,950,000.00 Contract Duration : 135 - Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For License Category C & D. 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. 4. 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. 4.1 As Provided In Section 25.1 Of The 2016 Revised Irr Of R.a. 9184, “bidders Shall Submit Their Bids Through Their Duly Authorized Representative …”. 4.2 To Further Clarify, The Bidder’s Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa). Otherwise, There Must Be A Duly Signed And Notarized Special Power Of Attorney (spa) [for Sole Proprietorship] Or Board/ Partnership/joint Venture Resolution With Secretary’s Certificate [for Corporation/partnership/joint Venture/cooperative] Presented In Hard Copy And A Soft Copy Thereof Must Also Be Emailed To Bohol1stbacsec@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Documents Mentioned Above From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment Nor Be Allowed To Submit/drop Bid Proposals. 5. 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, Otherwise Known As The "“government Procurement Reform Act”. 6. 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 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. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh – Bohol 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol During Weekdays From 8:00 A.m. To 5:00 P.m. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 – February 05, 2025 Until 10:00 A.m. Only From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00 9. 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. 10. The Dpwh – Bohol 1st District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At Procurement Office, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol And/or Through Video Conferencing/webcasting The Dpwh Bohol 1st D.e.o. Official Youtube Channel Https://www.youtube.com/channel/ucttlnd5ahhepmrl6ieogrjq Which Shall Be Open To Prospective Bidders. 11. 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. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bohol1@dpwh.gov.ph For Electronic Submission On Or Before 12:00nn Of February 05, 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. 13. Bid Opening Shall Be On February 05, 2025 At 1:00 P.m At Procurement Office, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol And Shall Be Streamed Via Our Youtube Channel: Https://www.youtube.com/channel/ucttlnd5ahhepmrl6ieogrjq. 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. 14. The Dpwh – Bohol 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 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Mary Noeline F. Racines Engineer Iii - Procurement Head/head Bac Secretariat Procurement Office, Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62014 Email Address: Racines.mary_noeline@dpwh.gov.ph Claudio D. Arcayena, Jr. A.e.r. Bac Chairman Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62004
Closing Soon5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.7 K)

City Of Zamboanga Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines City Government Of Zamboanga Bids And Awards Committee Villalobos Street, Zamboanga City Solicitation No.: Cw -25-0115-018 Invitation To Bid For Construction/rehabilitation/improvement Of Shoreline Protection At Campo Islam (name Of Project) 1. The City Government Of Zamboanga, Through The General Fund (ab Fy 2025 20% Df) Intends To Apply The Sum Of Five Million Pesos (p5,000,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/rehabilitation/improvement Of Shoreline Protection At Campo Islam. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Zamboanga Now Invites Bid S For The Above Procurement Project. Completion Of The Works Is Required In Ninety Eight [98] Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Str 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). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives And Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Office Of The City Mayor-procurement, Acquisition And Award Division (paad) And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 05, 2025 From The Given Address And Website/s Below Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P5,000.00. The Method Of Payment Will Be Cash Payable To The City Treasurer’s Office. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees “machine Copy Of The Official Receipt” Not Later Than The Submission Of Their Bids. 6. The City Government Of Zamboanga Will Hold A Pre-bid Conference On January 23, 2025 At 10:00am At The Office Of The City Mayor- Procurement, Acquisition And Award Division (paad) Conference Room, Villalobos Street, Zamboanga City, Which Office Of The City Mayor- Procurement, Acquisition And Award Division (paad) Conference Room, Villalobos Street, Zamboanga City Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 05, 2025 At 10:00am At Office Of The City Mayor- Procurement, Acquisition And Award Division (paad) Conference Room, Villalobos Street, Zamboanga City. 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. All Bids Must Be Accompanied By A Bid Security Which Shall Be A Bid Securing Declaration Or At Least One Other Form Of The Following: Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal/commercial Bank, Irrevocable Letter Of Credit Issued By A Universal/commercial Bank Or From Other Bank Certified By The Bangko Sentral Ng Pilipinas As Authorized To Issue Such Financial Instrument, Provided However That It Shall Be Confirmed Or Authenticated By A Universal/commercial Bank If Issued By A Foreign Bank In The Amount Of P100,000.00 Or Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of P250,000.00 Or Any Combination Of The Foregoing In The Amount Proportionate To Share Of Form With Respect To Total Amount Of Security. The Bid Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity. 9. Bid Opening Shall Be On February 05, 2025 At 10:00am At Office Of The City Mayor- Procurement, Acquisition And Award Division (paad) Conference Room, Villalobos Street, Zamboanga City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Zamboanga Reserves The Right To Accept Or 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Are Required To Use The Bid Form At The Back Of This Itb. Failure To Do So Would Lead To Non-acceptance Of The Bid. 12. For Further Information, Please Refer To: Ronald A. Vicete Head,bac Secretariat Procurement, Acquisition And Awards Division Villalobos Street,zamboanga City Zcbac.sec@gmail.com Tel. No. (062) 992-7763 Sgd. Atty. Alexander Eric F. Elias Bac Chairman
Closing Soon5 Feb 2025
Tender AmountPHP 5 Million (USD 85.6 K)

DEPT OF THE NAVY USA Tender

Others
United States
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||| Special Shipping And Marking Instructions|6|x||x|||| General Information-fob-destination|1|b| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection / Acceptance Point - Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil| Note For Contractor/administrative Contracting Officer|3|||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Annual Representations And Certifications (may 2024)|13|332710|500|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| To View The Drawings: Go To Www.sam.gov Click: Contract Opportunities And Enter The Solicitation Number. This Gives Ydrawings Can Be Viewed Or Downloaded. 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 Shackle,sling,mp . 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. Drawing Data=bk4k2 |53711| |1n |d|0001 | |49998|1028910 Drawing Data=56293 |53711| 4|od |d|0000.a | 4|49998|0018500 Drawing Data=56293 |53711| 4|od |d|0000.b | 3|49998|0021965 Drawing Data=56293 |53711| 4|od |d|0000.c | 2|49998|0024872 Drawing Data=56293 |53711| 4|od |d|0000.cov | 4|49998|0038973 Drawing Data=56293 |53711| 4|od |d|0000.d | 1|49998|0026986 Drawing Data=56293 |53711| 4|od |d|0000.ii | 4|49998|0015689 Drawing Data=56293 |53711| 4|od |d|0000.iii | -|49998|0026790 Drawing Data=56293 |53711| 4|od |d|0000.iv | -|49998|0008318 Drawing Data=56293 |53711| 4|od |d|0000.v | -|49998|0037946 Drawing Data=56293 |53711| 4|od |d|0001.1 | -|49998|0039238 Drawing Data=56293 |53711| 4|od |d|0001.2 | -|49998|0024017 Drawing Data=56293 |53711| 4|od |d|0002.1 | 2|49998|0019410 Drawing Data=56293 |53711| 4|od |d|0003.1 | 1|49998|0028858 Drawing Data=56293 |53711| 4|od |d|0003.2 | -|49998|0028844 Drawing Data=56293 |53711| 4|od |d|0003.3 | -|49998|0031180 Drawing Data=56293 |53711| 4|od |d|0003.4 | -|49998|0032024 Drawing Data=56293 |53711| 4|od |d|0003.5 | -|49998|0012193 Drawing Data=56293 |53711| 4|od |d|0004.1 | 4|49998|0027622 Drawing Data=56293 |53711| 4|od |d|0004.2 | -|49998|0021502 Drawing Data=56293 |53711| 4|od |d|0004.3 | -|49998|0015474 Drawing Data=56293 |53711| 4|od |d|0005.1 | 1|49998|0028854 Drawing Data=56293 |53711| 4|od |d|0005.2 | -|49998|0033261 Drawing Data=56293 |53711| 4|od |d|0005.3 | -|49998|0035235 Drawing Data=56293 |53711| 4|od |d|0005.4 | 2|49998|0036465 Drawing Data=56293 |53711| 4|od |d|0005.5 | 2|49998|0021294 Drawing Data=56293 |53711| 4|od |d|0005.5a1 | -|49998|0012105 Drawing Data=56293 |53711| 4|od |d|0005.5a2 | 2|49998|0061537 Drawing Data=7124334 |53711| A| |d|0001 | |49998|0209415 Drawing Data=7124334 |53711| B|pl |d|0001 | |49998|0166253 3. Requirements 3.1 Manufacturing And Design - The Shackle,sling,mp Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n: 7124334-001 Cage 53711; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. P/n: 7124334-001 Material Is A Shackle, Sling, Hoist Manufactured By Crosby Group Inc. Material Must Adhere To The Regulations And Specifications Listed Within Drawing 7124334 Rev_a
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
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 (may 2024)|13|335139|1250|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| To View The Drawings: Go To Www.sam.gov Click: Contract Opportunities And Enter The Solicitation Number. This Gives Ydrawings Can Be Viewed Or Downloaded. 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 Lamp,t1-3/4 Led . 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. Drawing Data=av2d1 |53711| -|1n |d|0001 | -|49998|0230958 Drawing Data=6237438 |53711| -| |d|0001 | -|49998|0117884 Drawing Data=6237438 |53711| A|pl |d|0001 | A|49998|0066034 3. Requirements 3.1 Manufacturing And Design - The Lamp,t1-3/4 Led Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n: 6237438-001 Cage 53711; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. P/n: 6237438-001lamp, T1-3/4 Mfg Ledtronics Mfg P/n: F206cpg6-0010 Mfg Description: F206cpg6-120vac/8 Mfg Part Must Adhere To The Drawing 6237438 This Part Must Be Acquired From A Manufacturing Source Specified On A Source Control Or Selected Item Drawing As Defined By The Current Version Of Dod-std-100.
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

Metropolitan Tuguegarao Water District Tender

Civil And Construction...+3Construction Material, Pipe Line Project, Water Storage And Supply
Philippines
Details: Description Invitation To Bid For The Procurement Of Supply And Delivery Of Labor, Equipment And Restoration Materials For The Pipelaying Of The 150mmø Transmission Line; And 100mmø And 50mmø Distribution Line With Public Cluster Meter Along Interior Road, Iraga, Solana, Cagayan – Phase 01 1. The Metropolitan Tuguegarao Water District, Through The Corporate Operating Budget For Cy 2025 Intends To Apply The Sum Of Five Million Eight Hundred Sixty-seven Thousand Pesos (p 5,867,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Labor, Equipment And Restoration Materials For The Pipelaying Of The 150mmø Transmission Line; And 100mmø And 50mmø Distribution Line With Public Cluster Meter Along Interior Road, Iraga, Solana, Cagayan – Phase 01 With Project Identification Number Mtwd-pb 25-01-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metropolitan Tuguegarao Water District Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 428 Calendar Days Upon Receipt Of The Notice To Proceed. 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 Metropolitan Tuguegarao Water District And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am – 12:00 Noon To 1:00 Pm - 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 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 Ten Thousand Pesos (p 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Metropolitan Tuguegarao Water District Will Hold A Pre-bid Conference1 On January 24, 2025 At 2:00 Pm At The 3rd Floor, Audio Visual Room, Mtwd Building, Main Avenue, San Gabriel, Tuguegarao City And Through Videoconferencing/webcasting Via Skype, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 10, 2025 At 12:00 Noon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025 At 2:00 Pm At The Given Address Below And Through Skype. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Metropolitan Tuguegarao Water District Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ma. Vicenta T. Malana Bac Secretariat Mtwd, Main Ave., San Gabriel, Tuguegarao City Contact No.: 0917-514-6861 Email Address: Mtwdbacbid2023@gmail.com 12. You May Visit The Mtwd Website To Download The Bidding Documents: Mtwd.gov.ph January 14, 2025 (sgd.) Engr. Janice R. Cardenas Bac Chairperson
Closing Soon10 Feb 2025
Tender AmountPHP 5.8 Million (USD 100.4 K)

National Irrigation Administration Tender

Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Details: Description The National Irrigation Administration, Sultan Kudarat Management Office, Through The National Expenditure Program (nep) Fund Repair-cis Cy 2025 Intends To Apply The Sum Of One Million Two Hundred Seventy-eight Thousand One Hundred Pesos (p1,278,100.00) Being The Abc To Payments Under The Contract For (nia12-goods-skimo-2025-06). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The National Irrigation Administration, Sultan Kudarat Irrigation Management Office, Now Invites Bids For The Above Procurement Project. Delivery Of The Construction Materials Is Required By Ninety (90) Calendar Days. Bidders Should Have Completed, Within The Past 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). The Nia-sultan Kudarat Irrigation Management Office Now Invites Bids Of The Following, To Wit: 1 Bag 1405 Portland Cement (40kgs.) 2 Pcs. 1311 Reinforced Steel Bars – Grade 40 (10mm Ø X 6m) 3 Pcs. 811 Reinforced Steel Bars – Grade 40 (12mm Ø X 6m) 4 Kg 93 Tiewire #16 5 Kg 57 Cwn 2 Inches 6 Kg 35 Cwn 3 Inches 7 Kg 23 Cwn 4 Inches 8 Pcs 193 Marine Plywood (10mm X 1.22m X 2.44m) 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. Prospective Bidders May Obtain Further Information From National Irrigation Administration, Sultan Kudarat Irrigation Management Office, And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 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 Submission Of A Letter Of Intent And 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 (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The National Irrigation Administration, Sultan Kudarat Irrigation Management Office Will Hold A Pre-bid Conference1 On January 21, 2025 At 9:00 Am At Nia-sultan Kudarat Irrigation Management Office Conference Room, Kalawag Ii, Isulan, Sultan Kudarat Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 4, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On February 4, 2025 At 10:15am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The National Irrigation Administration, Sultan Kudarat Irrigation Management 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 Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Soon4 Feb 2025
Tender AmountPHP 1.2 Million (USD 21.8 K)

Province Of Cebu Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Province Of Cebu Through The 2024 General Fund, Intends To Apply The Sum Of Fifty-six Million Three Hundred Thirty-four Thousand Four Hundred Nineteen Pesos And 00/100 (php56,334,419.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting/improvement Of Brgy. Camoboan – Barangay San-isidro Brgy. Road Section, Tabogon, 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 Brgy. Camoboan – Barangay San-isidro Brgy. Road Section, Tabogon, Cebu Under Re-advertisement No. 24-235rb. Completion Of The Works Is Required For The Period Two Hundred Fifty-three (253) 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 Fifty Thousand Pesos (p50,000.00). 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
Closing Soon4 Feb 2025
Tender AmountPHP 56.3 Million (USD 964.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
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
Closing Soon4 Feb 2025
Tender AmountPHP 9.9 Million (USD 169.4 K)

Stiftung Preu Ischer Kulturbesitz - SBK Tender

Others
Germany
Description: Spk-zvs-24-00112-oea-m-mvf Website Petri Research
Closing Soon11 Feb 2025
Tender AmountRefer Documents 
8661-8670 of 9662 active Tenders