Website Tenders
Website Tenders
City Of Valenzuela Tender
Software and IT Solutions
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 2.8 Million (USD 47.9 K)
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Interested Suppliers To Apply For Eligibility And Bid For The Hereunder Listed Project: Project Reference No. : 132-vcguro App Portal-lsb-goods-2024 Project Name : Enhancement , Maintenance, Support, And Cloud Server Subscription Of Vcguro App Project Description : Enhancement , Maintenance, Support, And Cloud Server Subscription Of Vcguro App For Local School Board Use Particulars 1 System Maintenance, Support And Bug Fixes 2 Phase Ii Functionality Development And Implementation Approved Budget For The Contract: Php2,800,671.96 (bc# 77; Ref. No. 24-147) Service Subscription Coverage: Cloud Server Subscription Delivery Period : Starts After Receipt Of Notice To Proceed. The Rates Quoted By The Bidder Shall Be Fixed For The Duration Of The Contract And Not Be Subject To Adjustment On Any Account. Registered Prospective Bidders Should Have Experience In Undertaking Single Largest Completed Contract (slcc) Within The Last Five (5) Years With Amount Of At Least 50% Of The Proposed Project For Bidding For Non-expendable Supplies And 25% For Expendable Supplies, In Case Applicable. The Eligibility Check/screening, As Well As The Preliminary Examination Of Bids Shall Use A Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Responsive Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference/s, Evaluation Of Bids, Post Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Irr. The Complete Schedule Of Activities Are Herein Below Listed As Follows: 1) Issuance Of Bid Documents January 17, 2025- February 5, 2025; 8:00 Am To 4:00 Pm And On February 6, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference January 23, 2025; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids February 6, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids February 6, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available At The Bids And Awards Committee Secretariat Office, 2/f Exec. Bldg. Valenzuela City Hall, Mac Arthur Highway, Karuhatan, Valenzuela City, To Bidders Upon Payment Of A Non-refundable Fee In The Amount Of Php5,000.00 For Projects With Abc Of More Than Php1million Up To Php5million To The City Treasurer Of The City Government Of Valenzuela, And May Be Downloaded At The Philgeps Website. Bidder/supplier Must Be Able To Log-in In At The Philippine Government Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List (drl) Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept/reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award, In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of R.a. 9184, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Latter For Any Expense Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Original Signed Atty. Jaime T. De Veyra, Mnsa Posted In Conspicuous Place Chairperson Date Of Publication/philgeps Date Prepared: 1/13/2025 //erlie
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pampanga 1st District Engineering Office Sindalan City Of San Fernando (p) Invitation To Bid For: 25cg0060 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Suclayin, Arayat, Pampanga 25cg0061 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, San Roque, Sta. Ana, Pampanga 25cg0062 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage System, Lacmit, Arayat, Pampanga 25cg0063 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage System, Concepcion, Bacolor, Pampanga 25cg0064 : 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, Parian, Mexico, Pampanga 25cg0065 : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Concreting Of Slope Protection At Inuman Baka Sta. Ana-arayat Portion, Pampanga Phase I 25cg0066 : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Concreting Of Slope Protection At Inuman Baka Sta. Ana-arayat Portion, Pampanga Phase Ii 25cg0067 : Network Development Program: Construction Of By-pass And Diversion Roads – Malino – Suclaban Bypass Road, City Of San Fernando, Pampanga 25cg0068 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (dhvsu Annex), Phase Ii, Malino, City Of San Fernando, Pampanga 25cg0069 : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Flood Mitigation Structure – Construction/ Rehabilitation Of Slope Protection Works At Brgy. Maliwalu, Bacolor, Pampanga 1. The Dpwh – Pampanga 1st District Engineering Office, Through The Following Source Of Fund, Intends To Apply The Sum Of The Following Approved Budget For The Contract (abc) To Payments Under The Following Contract. Contract Id No. Approved Budget For The Contract (abc) (php) Source Of Fund 25cg0060 4,950,000.00 Gaa 2025 25cg0061 4,950,000.00 Gaa 2025 25cg0062 5,940,000.00 Gaa 2025 25cg0063 7,920,000.00 Gaa 2025 25cg0064 9,650,000.00 Saro-bmb-a-24-0017785 25cg0065 67,550,000.00 Gaa 2025 25cg0066 96,500,000.00 Gaa 2025 25cg0067 137,250,000.00 Gaa 2025 25cg0068 148,500,000.00 Gaa 2025 25cg0069 96,500,000.00 Gaa 2025 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh – Pampanga 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25cg0060 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Suclayin, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 119 Calendar Days Contract Id No. : 25cg0061 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, San Roque, Sta. Ana, Pampanga Locations : Sta. Ana, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 128 Calendar Days Contract Id No. : 25cg0062 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage System, Lacmit, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Rehabilitation Of Roads Including Drainage System Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 40 Calendar Days Contract Id No. : 25cg0063 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage System, Concepcion, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Rehabilitation Of Roads Including Drainage System Approved Budget For The Contract : Php 7,920,000.00 Contract Duration : 50 Calendar Days Contract Id No. : 25cg0064 Name Of Contract : 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, Parian, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Rehabilitation Of Road Approved Budget For The Contract : Php 9,650,000.00 Contract Duration : 88 Calendar Days Contract Id No. : 25cg0065 Name Of Contract : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Concreting Of Slope Protection At Inuman Baka Sta. Ana-arayat Portion, Pampanga Phase I Locations : Arayat, Pampanga Scope Of Works : Concreting Of Slope Protection Approved Budget For The Contract : Php 67,550,000.00 Contract Duration : 218 Calendar Days Contract Id No. : 25cg0066 Name Of Contract : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Concreting Of Slope Protection At Inuman Baka Sta. Ana-arayat Portion, Pampanga Phase Ii Locations : Arayat, Pampanga Scope Of Works : Concreting Of Slope Protection Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 246 Calendar Days Contract Id No. : 25cg0067 Name Of Contract : Network Development Program: Construction Of By-pass And Diversion Roads – Malino – Suclaban Bypass Road, City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Construction Of By-pass And Diversion Roads Approved Budget For The Contract : Php 137,250,000.00 Contract Duration : 256 Calendar Days Contract Id No. : 25cg0068 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (dhvsu Annex), Phase Ii, Malino, City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 148,500,000.00 Contract Duration : 210 Calendar Days Contract Id No. : 25cg0069 Name Of Contract : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Flood Mitigation Structure – Construction/ Rehabilitation Of Slope Protection Works At Brgy. Maliwalu, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Construction/ Rehabilitation Of Slope Protection Works Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 326 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 Contract Id Nos. 25cg0060-25cg0064 & Medium “a” For Contract Id No. 25cg0065 - 25cg0069. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. 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)(li)(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. 6. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 1st District Engineering Office And Inspect The Bidding Documents At Sindalan, City Of San Fernando, Pampanga During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 – February 04, 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: Contract Id No. Cost Of Bidding Documents (php) 25cg0060 5,000.00 25cg0061 5,000.00 25cg0062 10,000.00 25cg0063 10,000.00 25cg0064 10,000.00 25cg0065 50,000.00 25cg0066 50,000.00 25cg0067 50,000.00 25cg0068 50,000.00 25cg0069 50,000.00 8. 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. 9. The Dpwh – Pampanga 1st District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025, 09:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp, And Through Youtube Livestreaming Via @dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo Which Shall Be Open To Prospective Bidders. 10. 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. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_pampanga1@dpwh.gov.ph For Electronic Submission On Or Before February 04, 2025, 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 04, 2025, 10:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp And Through Youtube Livestreaming Via Dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo, 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. 13. The Dpwh- Pampanga 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. 14. In View Of The Full Implementation On Assigning Only Qualified And Competent Project Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Project, Accreditation And Assignment Of Contractors' And Consultants' Project Engineers Are Hereby Prescribed (dpwh - D.o. 118 Series Of 2024) 15. For Further Information, Please Refer To: Neopolo L. Manaloto, Jr. Head Procurement Unit (045) 455-23-28 (045) 455-23-29 Approved: Noel G. Canlas Bac Chairperson (045) 455-23-28 (045) 455-23-29
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 24.5 Million (USD 419 K)
Details: Description Invitation To Bid For The Construction Of Road At Poblacion , Urdaneta City, Pangasinan 1. The Department Of Public Works And Highways-pangasinan 3rd Deo, Tomana, Rosales, Pangasinan, Through The Gaa Cy 2025 Intends To Apply The Sum Of Php 24,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Road At Poblacion , Urdaneta City, Pangasinan With Contract Id No.25ai0103. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Pangasinan 3rd District Engineering Office, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 120 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Pangasinan 3rd District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 06, 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 Php 25,000.00. 7. The Department Of Public Works And Highways Pangasinan 3rd District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 @ 8:30 Am At Conference Room Of Dpwh-pangasinan 3rd District Engineering Office, Tomana, Rosales, Pangasinan And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube:https://www.youtube.com/@dpwh-pangasinan3rddeo , Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_pangasinan3rd@dpwh.gov.ph On Or Before February 06, 2025 @ 9:30 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On February 06, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube:https://www.youtube.com/@dpwh-pangasinan3rddeo. 11. The Department Of Public Works And Highways-pangasinan 3rd Deo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
time Of Delivery (june 1997)|20|0001aa|3|125|0001ab|2|125|0001ac|5|125|0002aa|13|125|0002ab|12|125||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|see Schedule Page|tbd|tbd|tbd|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2|||
integrity Of Unit Prices (nov 2021)|1||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
limitations On Pass-through Charges (jun 2020)|1||
list Of Award Attachments|5||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|335999|600||||||||||||
type Of Contract (apr 1984)|1|firm-fixed-price|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
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 - Not Applicable
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. ;1bck1 74321-1rev2.5.1.0;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 17 Dec 2007.; .
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- 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.
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.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Power Supply,ups .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Cage Code/reference Number Items - The Power Supply,ups Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;1bck1 535322;
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.
3.4 ;use Of Gfi Under Niwc Atlanitic Contract N6523620d8024 Is Authorized.;
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 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.
6.3 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.
City Of Valenzuela Tender
Others...+1Electrical and Electronics
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 23 Million (USD 393.4 K)
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Interested Suppliers To Apply For Eligibility And Bid For The Hereunder Listed Project: Project Reference No. : 004-various Hardware-vcc3-ldrrmf-goods-2025 Project Name : Supply & Installation Of Various Hardware Project Description : Supply & Installation Of Various Hardware For Vcc3 Mac Arthur Rehabilitation Project Approved Budget For The Contract: Php23,003,738.00 (bc# 104; Ref. No. 24-181) Delivery Period : 120 Calendar Days From Receipt Of Notice To Proceed Registered Prospective Bidders Should Have Experience In Undertaking Single Largest Completed Contract (slcc) Within The Last Five (5) Years With Amount Of At Least 50% Of The Proposed Project For Bidding For Non-expendable Supplies And 25% For Expendable Supplies, In Case Applicable. The Eligibility Check/screening, As Well As The Preliminary Examination Of Bids Shall Use A Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Responsive Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference/s, Evaluation Of Bids, Post Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Irr. The Complete Schedule Of Activities Are Herein Below Listed As Follows: 1) Issuance Of Bid Documents January 17, 2025- February 5, 2025; 8:00 Am To 4:00 Pm And On February 6, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference January 23, 2025; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids February 6, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids February 6, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available At The Bids And Awards Committee Secretariat Office, 2/f Exec. Bldg. Valenzuela City Hall, Mac Arthur Highway, Karuhatan, Valenzuela City, To Bidders Upon Payment Of A Non-refundable Fee In The Amount Of Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million To The City Treasurer Of The City Government Of Valenzuela, And May Be Downloaded At The Philgeps Website. Bidder/supplier Must Be Able To Log-in In At The Philippine Government Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List (drl) Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept/reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award, In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of R.a. 9184, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Latter For Any Expense Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Original Signed Atty. Jaime T. De Veyra, Mnsa Posted In Conspicuous Place Chairperson Date Of Publication/philgeps Date Prepared: 1/2/2025
LIGA NG MGA BARANGAY, MAGSINGAL, ILOCOS SUR CHAPTER Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Republic Of The Philippines Province Of Ilocos Sur Municipality Of Magsingal Invitation To Bid Of Construction For The Installation Of Solar Lights Of Brgy. Puro, Magsingal, I. Sur. 1. The Brgy. Puro, Magsingal, I. Sur Intend To Apple The Sum Of One Million Pesos Only (1,000,000.00) Being Approved Budget For The Contract(abc). 2. The Brgy. Puro, Magsingal, I. Sur Now Invites Bids Of Construction For The Installation Of Solar Lights. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will E Conducted Through Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified The Implementing Rule & Regulations(irr) Of Republic Act 9184(ra 9184), Otherwise Known As The "government Procurement Reform Act" Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organization With At Least Seventy Five Percent(75%) Interest Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. A Complete Set Of Bidding Documents May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System(philgeps). 5. The Brgy. Puro, Magsingal, I. Sur Will Hold A Pre-bid On January 22, 2025 At 9:00 A.m. At Brgy. Hall Of Puro, Magsingal, I. Sur, W/c Shall Be Open To All Interested Parties. 6. Bid Must Delivered To The Address On Or Before February 19, 2025 Until 12:00 Noon At Brgy. Hall. Bids Will Be Opened In The Presence Of The Bidder's Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Have Opened On January 28, 2025at 9:00 A.m. At Brgy. Pagsanaan Norte Sk, Magsingal, I. Sur. The Complete Schedule Activities Is Listed Below As Follows: Activities Schedule: Issuance Of Bid Documents- February 1, 2025 Bid Evaluation- February 5, 2025 Post Qualification- February 10, 2025 Issuance Of Notice Award- February 18, 2025 Contact Person: Brgy. Capt. Norlando Tabalanza Cp#09178025556
City Of Valencia Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 3.8 Million (USD 65.5 K)
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 07-2025 01/14/2025 Invitation To Bid For The Road Concreting At Barangay Kahaponan, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Three Million Eight Hundred Twenty-nine Thousand Four Hundred Twenty-nine Pesos And 10/100 (php 3,829,429.10) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Barangay Kahaponan, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Road Concreting At Barangay Kahaponan, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Road Concreting At Purok 3a And Purok 5, Barangay Kahaponan, Valencia City, Bukidnon With The Following Scope Of Works: See Attached Plan And Specifications 3,829,429.10 Concreting Of Road - 3.0m Width/lane(segment 1) And 2.5m Width/lane(segment 2), 0.23m Thick Pccp, With 1.0m Gravel Surface Shoulder At Both Sides, As Per Approved Plans, Program Of Works And Specifications. Other General Requirements B.5 2.00 Each Project Billboards/signboards B.7(2) 1.00 Ls Occupational Safety And Health Program B.8(2) 1.00 Ls Traffic Management B.9 1.00 Ls Mobilization / Demobilization Earthworks 102(2) 694.34 Cu.m. Surplus Common Excavation 74,974.51 104(1)a 119.74 Cu.m. Embankment From Roadway Excavation (common Soil) 74,974.51 105(1)a 2,253.00 Sq.m. Subgrade Preparation (common Material) 74,974.51 Subbase And Base Course 74,974.51 200(1) 337.95 Cu.m. Aggregate Subbase Course 74,974.51 Surface Courses 74,974.51 300(1) 136.16 Cu.m. Gravel Surface Course 74,974.51 311(1)c1 1,679.70 Sq.m. Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14days 74,974.51 X-x-x-x-x-x-nothing Follows-x-x-x-x-x-x-x-x- 74,974.51 74,974.51 Total Amount: Php3,829,429.10 Required Number Of Days For Completion Is 60 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 15, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 20, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 23, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 6, 2025at Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Details: Description Invitation To Bid For Construction Of Road With Drainage System Along Kalayaan To Langit Road, Phase 9 To Phase 7, Barangay 176, Caloocan City 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 96,492,611.24 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0114 - Construction Of Road With Drainage System Along Kalayaan To Langit Road, Phase 9 To Phase 7, Barangay 176, Caloocan City Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Bids For The Following Hereunder Works; Contract Id No. : 25od0114 Contract Name And Location : Construction Of Road With Drainage System Along Kalayaan To Langit Road, Phase 9 To Phase 7, Barangay 176, Caloocan City Brief Description : Construction Of Road With Drainage System Approved Budget For The Contract (abc) : Php 96,492,611.24 Source Of Funds : Fy 2025 Nep Contract Duration : 330 Calendar Days Cost Of Bidding Documents : Php 50,000.00 Pcab License Size Range : Medium A Pcab License Category/classification : B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category/classification. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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 8 Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-ncr-metro Manila 3rd District Engineering Office And Inspect The Bidding Documents At Apdc-bai Compound R. Valenzuela Extension, Marulas, Valenzuela City During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 5, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of February 5, 2025 For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Department Of Public Works And Highways (dpwh), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-ncr-metro Manila 3rd District Engineering Office Will Hold A Pre-bid Conference On January 23, 2025, 9:00 A.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila3@dpwh.gov.ph For Electronic Submission On Or Before February 5, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 5, 2025, 2:00 P.m. At Mm3deo’s Conference Room, Marulas, Valenzuela City And Will Go Live Via Youtube Channel Dpwh Metro Manila 3rd Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. Any Person Purchasing The Bid Documents Must Present Any Valid Identification Cards, Together With A Government Issued Identification Card And Authorization From The Prospective Contractor To Purchase Bidding Documents For The Specific Projects. This Will Also Apply To Those Paying Bidding Documents Downloaded From 9 The Website Of The Philippine Government Electronic Procurement System (philgeps) And Present Their Philgeps Order Form (document Request List (drl)). 13. Pursuant To D.o. No. 127 Dated August 16, 2018 Series Of 2018, If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Dpwh-metro Manila 3rd District Engineering Office 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. 14. The Dpwh-ncr-metro Manila 3rd 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: Rejeane G. Mangulabnan / Jessel G. Torres - Gatchalian Dpwh-ncr-mm3deo Apdc-bai Compound R. Valenzuela Ext., Marulas, Valenzuela City Email Address: Electronicbids_metromanila3@dpwh.gov.ph Tel. No.: 8 293-2739 Local 35408 16. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.notices.philgeps.gov.ph Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_metromanila3@dpwh.gov.ph Approved By: Rejeane G. Mangulabnan Bac Chairperson Date Of Publication: Dpwh/philgeps Website: January 15, 2025 Dpwh-infr-04-2016
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 148.5 Million (USD 2.5 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vii South Road Properties, Cebu City Invitation To Bid For 24h00187 - Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Facility Phase 2 At Barangay Looc, Lapu-lapu City, Cebu 1. The Department Of Public Works And Highways Regional Office Vii, Through The Fy 2024 1105422 Regular Agency Fund-general Fund-unprogrammed Intends To Apply The Sum Of Php148,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-pupose Facility Phase 2 At Barangay Looc, Lapu-lapu City, Cebu With Contract Id No. 24h00187. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vii Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Facility Phase 2 At Barangay Looc, Lapu-lapu City, Cebu Contract Id No. : 24h00187 Locations : Lapu-lapu City, Cebu Scope Of Works : Construction Of Building Approved Budget For The Contract : Php 148,500,000.00 Contract Duration : 360 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A For Building And Industrial Plant For License Classification B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 Of Bidding Documents. 3.1 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. 3.2 As Provided In Section 25 Of The R-irr Of R.a. 9184, Bidders Shall Submit Their Bids Through Their Duly Authorized Representative. The Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa) Or If Not, There Must Be A Duly Signed Special Power Of Attorney (spa) Presented In Hard Copy And Soft Copy Of The Spa Must Also Be Emailed To Procurementro7@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Spa From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Regional Office Vii And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php50,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Regional Office Vii Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At The Strategy Room Of Dpwh-regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r7@dpwh.gov.ph For Electronic Submission On Or Before February 03, 2025 At 10:00 A.m. Together With The Proof Of Purchase/receipt. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On February 03, 2025 At 10:30 A.m., Strategy Room Of Dpwh Regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways Regional Office Vii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Engr. Odilon N. Andrino Head Procurement (032)4116752; (032)4116753 Email Address: Andrino.odilon@dpwh.gov.ph Or Procurementro7@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_r7@dpwh.gov.ph Jerry B. Evangelio Bac Chairman Contract Id No.: 24h00187 Dpwh And Philgeps Websites Posting: January 14 – January 21, 2025
City Of Valencia Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 9.5 Million (USD 163.2 K)
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 08-2025 01/14/2025 Invitation To Bid For The Road Concreting At Sitio Buco, Barangay Banlag, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Nine Million Five Hundred Forty-six Thousand Six Hundred Twenty Pesos And 65/100 (php 9,546,620.65) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Sitio Buco, Barangay Banlag, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Road Concreting At Sitio Buco, Barangay Banlag, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Road Concreting At Junction Buco-pantaron Road To Sitio Buco With The Scope Of Works: Php9,546,620.65 Concreting Of Road - 2.5m Width/lane, 0.23m Thick Pccp, With 1.0m Gravel Surface Shoulder At Both Sides (at Sta. 0+000.00 - 0+209.00 And Sta. 0+256.00 - 0+670.00); Removal And Replacement Of Existing Pccp At Sta. 0+278.00 - Sta. 0+304.00; Removal Of 24" Dia. Rcpc And Headwall (stone Masonry); Replacement Of 8 - 36" Dia. Rcpc And Headwall (stone Masonry) At Sta. 0+531.00. I. Other General Requirements B.5 2.00 Each Project Billboards/signboards B.7(2) 1.00 L.s. Occupational Safety And Health Program B.8(2) 1.00 L.s. Traffic Management B.9 1.00 L.s. Mobilization/demobilization Ii. Civil Works A. Earthworks 100(3)a2 12.00 Each Individual Removal Of Trees 301-500mm Dia. (small) 101(3)b5 65.00 Sq.m. Removal Of Actual Structures/obstruction - 0.28m Thick Pccp (unreinforeced) 101(4)a1 6.00 L.m. Removal Of Actual Structures/obstruction - 610mm Dia. Rcpc 103(3) 1.05 Cu.m. Foundation Fill 103(6)a 26.28 Cu.m. Pipe Culverts And Drain Excavation (common Soil) 102(2) 275.65 Cu.m. Surplus Common Excavation 104(1)a 1,009.68 Cu.m. Embankment From Roadway Excavation (common Soil) 104(2)a 220.52 Cu.m. Embankment From Borrow (common Soil) 105(1)a 4,984.00 Sq.m. Subgrade Preparation (common Material) B. Subbase And Base Course 200(1) 794.33 Cu.m. Aggregate Subbase Course C. Surface Courses 300(1) 286.58 Cu.m. Gravel Surface Course 311(1)c1 3,124.00 Sq.m. Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14 Days D. Drainage And Slope Protection Structures 500(1)b3 8.00 L.m. Pipe Culverts, 910mm Dia. - Class Iv Rcpc 506(1) 7.53 Cu.m. Stone Masonry Total Amount: Php9,546,620.65 Required Number Of Days For Completion Is 100 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 15, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Ten Thousand Pesos (php 10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 20, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 23, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 6, 2025at Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
9061-9070 of 10000 active Tenders