Website Tenders

Website Tenders

DEPT OF THE ARMY USA Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
United States
Description: W911nf-25-r-hmif autonomy in Support Of Human Machine Integrated Formations (hmi-f), The Army Requires Autonomous Systems That Must Be Reliable, Tailorable, Efficient, Continuously Learning, And Integrated Into All Aspects Of Military Operations. The Army Must Leverage Both The Technological Advances And Industry Best Practices For Integrating Autonomous Systems Into How The Army Plans, Trains, And Executes Missions In A Contested And Dynamic Operational Environment. The Army Requires Assistance With Making Its Data Usable, Developing Procedures To Train Autonomous Systems, Delineating The Right Level Of Autonomy For Different Types Of Systems, And Integrating Autonomy Into Our Air, Ground, Intelligence, And Command And Control Systems. The Attached Provides The Draft Autonomy Characteristics Of Need (con), To Increase Industry Awareness And Collaboration. This Con Statement Is A Living Document And Will Be Updated As Required Based On Technological Observations And Lessons Learned Through Experimentation. the Army Invites Industry To Contribute To The Overarching Autonomy And Hmi-f Dialogue And Provide Comments On The Attached Con. Feedback May Be Directed To The Army Futures Command (afc) Directorate Of Integration (doi) Point Of Contact: col Marcus A. Brooks military Deputy To The Director directorate Of Integration army Futures Command, Austin Tx email: Jamarcus.a.brooks.mil@army.mil this Special Announcement Is Not A Call For White Papers, A Request For Proposals, Or A Solicitation. No Contract Opportunities Are Contemplated At This Time. the Army Requests That Industry Mark Themselves As Interested Vendors To Ensure That Any Modification To This Special Announcement Is Received Via Notification Through A Sam.gov Email. to Gain Access To The Controlled Attachment, Your Company/entity Must Be Certified By The Joint Certification Program (jcp). Your Entity/company’s Data Custodian Requester (designated) On Block 3a Of The Dd Form 2345 Is The Only Authorized Individual That Can Download The Controlled Attachment. Your Entity/company Is Responsible For The Protection Of The Controlled Document After The Download. if Your Entity/company Is Not Pre-certified By The Jcp, You Will Need To Apply For Certification By Completing A Dd Form 2345 And Emailing It To Jcp-admin@dla.mil. Detailed Information Regarding The Jcp Application Procedures Is Available At The Jcp Website At Https://www.dla.mil/logistics-operations/services/jcp/. The Afc Doi And The Army Contracting Command (acc) Will Not Review The Jcp Application Or Issue The Jcp Certification. No Exceptions Will Be Made To Vendors Who Are Not Certified In The Jcp For The Release Of The Controlled Document. Please Direct Any Questions Regarding The Jcp Certification Process To Jcp-admin@dla.mil. to Request Access To Download The Controlled Attachment, Click On The Tab For “attachment/links, Then Click On The Title Of The Controlled Document. Please Ensure That You Have The Correct Role When Requesting Access To The Controlled Document. The Correct Role Is A Data Entry Role Or Contracting Role. When You Receive The Pop-up Window To Request Access, Enter The Reason For The Request In The Window, Making Sure To Include Your Entity’s Cage Code And Jcp Certification Number Then Hit Submit. Once The Notice Is Submitted, The Access Status On The Controlled Document Will Change To “pending”. The Access Poc Will Review Your Request, Granting Access If Requirements Are Met Or Reject For Correction.
Closing Date3 Apr 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vi Fort San Pedro, Iloilo City Invitation To Bid For Contract Id No.: 24g00137 (rebid) Contract Name: Rehabilitation/improvement Of Building 1 (industrial Technology Building), Miagao Campus - Iloilo Science And Technology University The Department Of Public Works And Highways Regional Office Vi Through The Fy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of Php 6,965,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 24g00137 (rebid) – Rehabilitation/improvement Of Building 1 (industrial Technology Building), Miagao Campus - Iloilo Science And Technology University. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways Regional Office Vi Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation/improvement Of Building 1 (industrial Technology Building), Miagao Campus - Iloilo Science And Technology University Contract Id No. : 24g00137 (rebid) Locations : Miagao, Iloilo Scope Of Works : Construction Of Three-storey Building Including Structural Framing Up To The 2f Slab Of Room 1 And Laboratory 4, Masonry Works Of First Floor, Painting Works Of First Floor, Walls, Electrical Conduit Rough-in, Wiring, And Grounding Only Approved Budget For The Contract : Php 6,965,000.00 Contract Duration : 124 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As “’government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Regional Office Vi And Inspect The Bidding Documents At Fort San Pedro, Iloilo City During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 14-february 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways Regional Office Vi Will Hold A Pre-bid Conference On January 23, 2025 At 2:00 P.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_r6@dpwh.gov.ph For Electronic Submission On Or Before February 06, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On February 06, 2025 Immediately After Submission Of Bids At Department Of Public Works And Highways Regional Office Vi, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways Regional Office Vi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marilou G. Zamora Bac Chairperson
Closing Soon6 Feb 2025
Tender AmountPHP 6.9 Million (USD 119.1 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n711.13|ea7|717-605-2462|rachael.l.costanzo.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|to Be Determined (tbd)|n00104|tbd|tbd|w25g1u|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| 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|334220|1,250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Solicitation Is Issued Pursuant To Emergency Acquisition Flexiblities (eaf). Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Rachael.l.costanzo.civ@us.navy.mil. b. General Requirements: Mil-std Packaging, Government Source Inspection Required. c. All Freight Is Fob Origin. d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003 f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. g. Your Quote Should Include The Following Information For Justification Purposes: - New Procurement Unit Price____________________ - Total Price _____________________ - Procurement Delivery Lead Time (ptat) _________________ Days - Award To Cage _______________ - Inspection & Acceptance Cage, If Not At Award To Cage _____________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________ (90 Days Minimum Is Requested). - Delivery Vehicle (if Delivery Order Requested)(e.g. If Your Cage Has A Current Boa/idiq) h. Important Traceability Notice: if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Antenna . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Antenna Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;1vpw8 01p00122f001(white); 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Soon13 Feb 2025
Tender AmountRefer Documents 

National Power Corporation Tender

Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description National Power Corporation Invitation To Bid Public Bidding – Bcs 2025-0016 1. The National Power Corporation (npc), Through Its Approved Corporate Budget Of Cy 2025 Intends To Apply The Sum Of (please See Schedule Below) Being The Approved Budget For The Contract (abc) To Payments Under The Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Npc Now Invites Bids For Items Listed Above. Delivery Of The Goods Is Required (see Table Below) Specified In The Technical Specifications. Bidders Should Have Completed, Within (see Table Below) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instruction To Bidders). Pr No/s. / Pb Ref No/s. Delivery Period / Contract Duration Relevant Period Of Slcc Reckoned From The Date Of Submission & Receipt Of Bids S1-end25-001 Twelve (12) Months – Maximum Six (6) Months - Minimum Ten (10) Years 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From National Power Corporation, Bids And Contracts Services Division And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00am To 5:00pm), Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address And Website(s) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Bidding Fee May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of R.a. 9184 And Its Revised Irr. 6. The National Power Corporation Will Hold A Pre-bid Conference On The Date, Time And Venue Stated Above. Interested Bidder/s Is/are Allowed To Join And Participate In The Pre-bid Conference At The Kañao Room Or Virtually. However, Those Attending Virtually Shall Assume The Risk Of Any Internet Connectivity Issues. Further, Interested Bidders Are Hereby Informed Of The Following: A. Only A Maximum Of Two (2) Representatives From Each Bidder / Company Shall Be Allowed To Participate B. Wearing Of Face Masks Is Recommended But Not Required In View Of Proclamation No. 297 S.2023 Lifting The State Of Public Health Emergency Throughout The Philippines C. The Requirements Herein Stated Including The Medium Of Submission Shall Be Subject To Gppb Resolution No. 09-2020 Dated 07 May 2020 D. The Guidelines On The Implementation Of Early Procurement Activities (epa) Shall Be Subject To Gppb Circular No. 06-2019 Dated 17 July 2019 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below; (ii) Online Or Electronic Submission Before The Specified Time Stated In The Table Above For Opening Of Bids. 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 In The Kañao Function Room, Npc Head Office, Diliman, Quezon City And/or Via Online Platform To Be Announced By Npc. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Power Corporation 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 R.a. No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bids And Contracts Services Division, Logistics Department Gabriel Y. Itchon Building Senator Miriam P. Defensor-santiago Ave. (formerly Bir Road) Cor. Quezon Ave., Diliman, Quezon City, 1100 Tel Nos.: Tel Nos.: 8921-3541 Local 5564/5713 Email: Bcsd@napocor.gov.ph / 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.napocor.gov.ph/bcsd/bids.php Larry I. Sabellina Vice President, Mingen And Chairman, Bids And Awards Committee
Closing Soon12 Feb 2025
Tender AmountPHP 41.6 Million (USD 711.7 K)

Science Museum Group Tender

Others
United Kingdom
Description: Science And Society Picture Library Platform And Website
Closing Soon9 Feb 2025
Tender AmountGBP 190 K (USD 235.9 K)

Province Of Pangasinan Tender

Civil And Construction...+2Paints and Enamels, Building Construction
Philippines
Details: Description Invitation To Bid For Repainting Of Various Buildings At Asingan Community Hospital, Asingan, Pangasinan Project Identification No.: Pang-2025-01-0011-cw 1. The Provincial Government Of Pangasinan, Through The Community Development Projects (pr#2024-12-9517) Intends To Apply The Sum Of One Million Nine Hundred Fifteen Thousand Five Hundred Pesos (p1,915,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repainting Of Various Buildings At Asingan Community Hospital, Asingan, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Pangasinan Now Invites Bids For Repainting Of Various Buildings. Completion Of The Works Is Required Sixty-five (65) Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 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 Regulation (irr) Of Republic Act (ra) 9184), Otherwise Known As The “government Procurement Reform Act” Bidding Is Restricted To Filipino Citizen/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 5183. 4. Interested Bidders May Obtain Further Information From Provincial Government Of Pangasinan And Inspect The Bidding Documents At The Address Given Below During January 14, 2025 – February 5, 2025; 8:00 Am To 5:00pm And February 6, 2025; 8:00 Am To 10:00am. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 14, 2025 – February 5, 2025; 8:00 Am To 5:00pm And February 6, 2025; 8:00 Am To 10:00am; At The Bac Office, 2nd Floor Malong Building, Lingayen, Pangasinan And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Two Thousand Pesos (p2,000.00). 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. 6. The Provincial Government Of Pangasinan Will Hold A Pre-bid Conference On January 23, 2025; 10:00 Am At Conference Room, 2nd Floor Malong Building, Capitol Compound, Lingayen, Pangasinan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before On February 6, 2025; 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 6, 2025; 10:00am At Conference Room, 2nd Floor, Malong Building, Capitol Compound, Lingayen, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Provincial Government Of Pangasinan 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: Melicio F. Patague Ii Provincial Administrator Bac Chairman Provincial Administrator Capitol Building, Capitol Compound Lingayen, Pangasinan Marlon C. Operaña Provincial Accountant Bac Technical Working Group Provincial Accountant Finance Building, Capitol Compound Lingayen, Pangasinan Rhodyn Luchinvar O. Oro Pdrrm Officer Bac Secretariat Bac Office 2nd Floor Malong Building, Capitol Compound Lingayen, Pangasinan 075 6327840 _________________________ Melicio F. Patague Ii Provincial Administrator Bac Chairman
Closing Soon6 Feb 2025
Tender AmountPHP 1.9 Million (USD 32.7 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Higways Iloilo City District Engineering Office Mc Arthur Old Sti Building, Brgy. Montinola, Mission Road, Jaro, Iloilo City, Region Vi Invitation To Bid For 25gj0050 Construction Of Road, Ledesco Village, Jaro, Lapaz, Iloilo City, Iloilo 1. The Department Of Public Works And Highways, Iloilo City District Engineering Office, Through The General Appropriation Act (gaa) 2025 Intends To Apply The Sum Of Nineteen Million, Eight Hundred Thousand Pesos Only (php 19,800,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Road, Ledesco Village, Jaro, Lapaz, Iloilo City, Iloilo Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Iloilo City District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road, Ledesco Village, Jaro, Lapaz, Iloilo City, Iloilo Contract Id No. : 25gj0050 Locations : Iloilo City Scope Of Works : Construction Of Road Approved Budget For The Contract : Php 19,800,000.00 Contract Duration : 154 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 Construction Of Road, Ledesco Village, Jaro, Lapaz, Iloilo City, Iloilo. 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 Must To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways, Iloilo City District Engineering Office And Inspect The Bidding Documents At Mc Arthur Old Sti Building, Brgy. Montinola, Mission Road, Jaro, Iloilo City, Region Vi During Week Days From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 – February 13, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (php 25,000.00). 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways, Iloilo City District Engineering Office Will Hold A Pre-bid Conference On January 21, 2025 @ 10:00 Am At Department Of Public Works And Highways, Iloilo City District Engineering Office, Mc Arthur Old Sti Building, Brgy. Montinola, Mission Road, Jaro, Iloilo City, Region Vi Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilocity@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 13, 2025 Right After The Submission Of The Bids At Department Of Public Works And Highways, Iloilo City District Engineering Office, Mc Arthur Old Sti Building, Brgy. Montinola, Mission Road, Jaro, Iloilo City, Region Vi. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Above Mentioned Address. Bids Submitted Following The Deadline Of The Submission Of The Bids Shall Not Be Accepted. All Ongoing Projects Shall Be Compared To Project And Contract Management Application (pcma). 12. The Department Of Public Works And Highways, Iloilo City District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Outgoing Communications Will Be Coursed Through Dpwh.iloilocity@gmail.com Or Any Other Communication Channel Of Department Of Public Works And Highways, Iloilo City District Engineering Office. For Further Information, Please Refer To: Czarinna Verlynne M. Caspillo Bac Secretariat, Dpwh-icdeo (033) 337-32-63 Dpwh.iloilocity@gmail.com Christian Joy G. Garcia Bac Chairperson, Dpwh-icdeo (033) 337-83-87 Dpwh.iloilocity@gmail.com
Closing Soon13 Feb 2025
Tender AmountPHP 19.8 Million (USD 338.6 K)

City Of Valenzuela Tender

Civil And Construction...+3Building Construction, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
Philippines
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 064-upgrading Service Entrance/power House-nhs Pdblas-lsb-infra-2025 Pcab Min. Required Size Range/category Small B Name Of Contract Upgrading Of Service Entrance @ Paso De Blas National High School & Proposed Power House Brief Description Upgrading Of Service Entrance @ Paso De Blas National High School & Proposed Power House Location Brgy. Paso De Blas, Valenzuela City Source Of Funds Bc# 03; Ref. No. 25-714 T O T A L Abc (php) 3,499,951.49 (60 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below 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 Only To Bidders/contractors 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 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 Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, 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 Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses 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: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 1/08/2025 //erlie
Closing Soon13 Feb 2025
Tender AmountPHP 3.4 Million (USD 59.8 K)

City Of Valenzuela Tender

Civil And Construction...+3Building Construction, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
Philippines
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 068-upgrading Service Entrance/power House-es May-lsb-infra-2025 Pcab Min. Required Size Range/category Small B Name Of Contract Upgrading Of Service Entrance @ Maysan Elementary School & Proposed Power House Brief Description Upgrading Of Service Entrance @ Maysan Elementary School & Proposed Power House Location Brgy. Maysan, Valenzuela City Source Of Funds Bc# 03; Ref. No. 25-718 T O T A L Abc (php) 2,999,888.99 (30 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below 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 Only To Bidders/contractors 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 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 Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, 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 Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses 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: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 1/08/2025 //erlie
Closing Soon13 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.3 K)

Municipality Of Paniqui, Tarlac Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Municipality Of Paniqui Province Of Tarlac Solicitation No.: I-2025-005 Name Of The Project : Construction Of Materials Recovery Facility Transfer Station Location Of The Project : Municipal Dumpsite, Brgy. Dapdap, Paniqui, Tarlac Invitation To Apply For Eligibility And To Bid The Municipality Of Paniqui Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Project: Name Of Contract : Construction Of Materials Recovery Facility Transfer Station Location : Municipal Dumpsite, Brgy. Dapdap, Paniqui, Tarlac Brief Description : General Requirements, Earthworks, Earthfill, Column Footing, Column Pedestal, Concrete Pavement, Steel Column, Steel Truss, Steel Strut/beam, Roofing, Electrical, Clearing Of Site/site Prep.,/backfill, Mobilization,/demobilization, Project Billboard, Occupational Health And Safety Program Approved Budget For The Contract : P 2,600,000.00 Source Of Fund : General Fund Contract Duration : Days (a) Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. (b) The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 14, 2025 To February 7, 2025, 8am To 5pm @ Bac Office, Lgu-paniqui, Tarlac , 2. Pre-bid Conference January 27, 2025, 11:00am @ Bac Office 2. Submission, Receipt And Opening Of Bids February 7, 2025, 11:00am @ Bac Office, Lgu-paniqui, Tarlac For Single-stage Bidding: (c) Bid Documents Is Available From January 14, 2025 To February 7, 2025, 8am To 5pm At Bac Office, Lgu-paniqui, Tarlac Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Five Thousand Pesos (p 5,000.00) To The Municipality Of Paniqui Cashier. (d) The Municipality Of Paniqui Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. (e) For Further Information, Interested Bidders May Access The Bidding Documents Thru Www.paniquitarlac.gov.ph Or Inquire From The Bac Secretariat And Look For Mr. Gaylord P. De Guzman From 8:00am -5:00pm, Monday To Friday At Lgu-paniqui, Tarlac With Tel. No. (045) 931-0303. Date Of Publication : January 14, 2025 To February 7, 2025 Type Of Publication : Bulletin, Philgeps & Website Approved By: Eugenio B. Galanga, Rsw Bac Chairman
Closing Soon7 Feb 2025
Tender AmountPHP 2.6 Million (USD 44.4 K)
9091-9100 of 10000 active Tenders