Website Tenders
Website Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 5 Million (USD 85.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman, Camarines Sur Request For Expression Of Interest (rei) For 25csff01- Parcellary Survey And Monumenting Of National Roads, Naga- Carolina- Panicuason Road, K0443+100- K0454+021; Naga City Bdry.- Calabanga- Balongay Road, K0440+(-891)- K0440+790 And K0445+400- K0457+832; And Fraternidad- Biak Na Bato- E. Angeles- Bagumbayan Road, K0436+(-930)- K0437+979, Camarines Sur 3rd Ld 1. The Department Of Public Works And Highways, Camarines Sur 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Five Million Twelve Thousand One Hundred Seventy Pesos And 94/100 (php 5,012,170.94) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25csff01- Parcellary Survey And Monumenting Of National Roads, Naga- Carolina- Panicuason Road, K0443+100- K0454+021; Naga City Bdry.- Calabanga- Balongay Road, K0440+(-891)- K0440+790 And K0445+400- K0457+832; And Fraternidad- Biak Na Bato- E. Angeles- Bagumbayan Road, K0436+(-930)- K0437+979, Camarines Sur 3rd Ld. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Department Of Public Works And Highways, Camarines Sur 3rd District Engineering Office Now Calls For The Submission Of Eligibility Documents For 25csff01- Parcellary Survey And Monumenting Of National Roads, Naga- Carolina- Panicuason Road, K0443+100- K0454+021; Naga City Bdry.- Calabanga- Balongay Road, K0440+(-891)- K0440+790 And K0445+400- K0457+832; And Fraternidad- Biak Na Bato- E. Angeles- Bagumbayan Road, K0436+(-930)- K0437+979, Camarines Sur 3rd Ld. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before February 11, 2025 At 10:00am At The Bids And Award Committee (bac) Room, Dpwh-camarines Sur 3rd Deo, Baras Canaman, Camarines Sur. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways, Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 To February 11, 2025 From The Address Below. Cost Of Bidding Documents: Php 10,000.00 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. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its 2016 Revised Implementing Rules And Regulations (irr). The Short List Shall Consist Of Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: I) Experience Of The Firm -----------------------------------------60 Points Ii) Availability Of Required Personnel Of The Firm --------------10 Points Iii) Workload ---------------------------------------------------------30 Points Total -------------------------------------------------------------100 Points 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 7. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qbs) Procedure. The Procuring Entity Shall Indicate The Weights To Be Allocated For The Technical And Financial Proposals. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instruction To Bidders. 8. The Contract Shall Be Completed Within 90 Calendar Days. 9. The Department Of Public Works And Highways, Camarines Sur 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. 10. For Further Information, Please Refer To: Debbie H. Escuro Head, Procurement Unit/ Bac Secretariat Dpwh Camarines Sur 3rd Deo Jose B. Gigantone, Jr. Bac Chairman Dpwh Camarines Sur 3rd Deo Approved: Romeo D. Doloiras District Engineer Date Of Posting: January 14-20, 2025
National Power Corporation Tender
Others...+1Electrical and Electronics
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Details: Description National Power Corporation Invitation To Bid Public Bidding – Bcs 2025-0017 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 Ho-cbm25-006 Thirty (30) Calendar Days Two (2) 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
DEPT OF THE ARMY USA Tender
Telecommunication Services
United States
Closing Date1 Apr 2025
Tender AmountRefer Documents
Details: (ii) The Solicitation Number Is W91rus25q0008. This Solicitation Is A Request For Quote (rfq) Iaw Far Parts 12 And 13. (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-019. (iv) The Applicable Naics Code Is 517111 And The Small Business Size Standard Is Less Than 1500 Employees. This Acquisition Is Not Set-aside For Small Businesses. (v) The Contract Line Item Numbers And Items, Quantities And Unit Of Issue Are Identified On The Attached Pricing Schedule. The Contract Scope And Requirements Are Described In The Attached Statement Of Work (sow). The Statement Of Work Is Available Under The Attachments Section Below. (vi) This Request For Quote (rfq) Is For The Local Voice And Data Circuits Listed In Appendix 10 Of The Statement Of Work For Fort Campbell, Ky. (vii) Performance Periods: installation/cut-over (clin 0001)
base Year, 12 Months (clin 0002) (viii) Provision 52.212-1, Instructions To Offerors - Commercial, Applies To This Acquisition Including The Following Addendum: 52.212-1 Addendum (b) Submission Of Offers. (13) Quotations Will Only Be Accepted From Facilities-based Incumbent And Competitive Local Exchange Carriers Certified By The State Of Kentucky To Provide Local Exchange Services. Quotations That Include Terms And Conditions Other Than Those In The Request For Quotations Will Be Considered Non-responsive And Not Considered For Award And The Us Army Will Not Incorporate Special Terms And Conditions Into The Resulting Firm-fixed Price Contract. Quotations That Take Exception To The Clauses Required By The Far And Dfars Will Be Considered Non-responsive And Will Not Be Considered For Award. (14) Submit Quotations Via E-mail To The Contracting Officer Not Later Than The Response Date And Time Specified In The Announcement. (15) Submit The Following With Each Quotation: contracting Information (a) The Unique Entity Identifier (uei) Number Of The Offeror Registered In The System For Award Management (sam). (b) Proof The Offeror Is A Facilities-based Carrier Certified To Provide Local Exchange Services Within The State Of Kentucky. Quotations Will Only Be Accepted From Facilities-based Carriers Certified To Provide Local Exchange Services. (ii) Pricing. Submit A Completed Copy Of The Attached Price Quotation Spreadsheet Including The Offeror's Prices And All Applicable Taxes, Fees And Surcharges. Unit Prices Must Be Limited To Two Decimal Places. Identify Non-priced Slins By Entering Nsp Or Nc In The Unit Price. The Us Army Is A Federal Government Entity, And As Such, Is Exempt From Certain Taxes. Offerors Must Identify And Include The Quantity And Amounts Of All Applicable Taxes, Fees And Surcharges On The Pricing Schedule. Quotations Should Not Include Any Taxes From Which The Federal Government Is Exempt. (ii) Technical Solution. A Detailed Narrative And Network Diagram Describing The Offeror's Facilities, Network, And Infrastructure To Deliver All Of The Circuits In The Statement Of Work To The Demarcation Locations. Technical Solutions That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Accepted. Long Distance Charges Are Not Within Scope Of This Requirement And Technical Solutions That Do Not Allow The Us Army To Designate Disa's Mandatory Long Distance Provider As The Primary Interchange Carrier (pic) In Accordance With The Statement Of Work Are Not Technically Acceptable. (iii) Past Performance Information. Provide Information From Recent Contracts Performed Within The Last Three (3) Years, Which Are Considered Relevant In Demonstrating Ability To Perform Local Exchange Services Involving Similar Scope, Magnitude Of Effort, And Complexities As The Services Described In This Solicitation. Include The Following Administrative Data For Each Referenced Contract Submitted: Offeror's Company Name; Contracting Agency; Contract Number; Brief Description Of Contract; Contract Type (i.e., Fixed Price, Time And Material, Etc.); Period Of Performance, Identification Of Any Significant Achievements Or Past Problems And Resolution; And Name, Address, Telephone Number, And Email Address Of Program Manager And Contracting Officer. period Of Acceptance Of Offers. The Offeror Agrees To Hold The Prices In Its Offer Firm For 90 Days From The Date Specified For Receipt Of Quotations. multiple Awards. This Award Shall Be Made On An All Or None Basis. Offerors Must Provide A Quotation To Provide All Of The Circuits In The Statement Of Work, Appendix 10. Quotations That Do Not Include All Of The Circuits Required In The Statement Of Work Will Not Be Considered. end Of 52.212-1 Addendum (viiii) Provision 52.212-2, Evaluations, Applies To This Acquisition Including The Following Addendum: addendum To Far 52.212-2 (a) The Government Will Award A Firm-fixed Price Contract To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: price The Total Amount For The Base Year And All Option Years Will Be Evaluated From The Pricing Schedule. technical Capability - Acceptable Is Defined As A Quotation That Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As A Quotation That Does Not Clearly Meet The Minimum Requirements Of The Solicitation. past Performance - The Government Will Conduct An Evaluation And Review Of All Recent Past Performance Data Obtained To Determine How Closely The Work Performed Under These Efforts Relates To The Proposed Effort And How Well That Work Was Performed. The Offeror Shall Consider The Requirements Contained In Far Clauses 52.212-1 When Submitting Their Past Performance References. Past Performance Shall Be Evaluated Based On How Recent, Relevant And The Quality Of Services Rendered. To Consider Relevancy And Quality The Past Performance Evaluation Will Consider All Aspects Of An Offerors' Past Performance. For Purposes Of This Evaluation, Recent Is Defined As Contracts Performed Within The Past Three (3) Years From The Issuance Date Of The Solicitation. This Factor Will Be Rated As Acceptable Or Unacceptable. Acceptable Is Defined As The Pass Performance Clearly Meets The Minimum Requirements Of The Solicitation. Unacceptable Is Defined As The Past Performance Does Not Clearly Meet The Minimum Requirements Of The Solicitation. (x) Offerors Are Encouraged To Complete All Representations And Certifications Electronically At The System For Award Management Website Located At Url Https://sam.gov/ . If Not Completed On-line, Offerors Must Include A Completed Copy Of The Provisions At Far 52.212-3, Which Can Be Obtained At Https://www.acquisition.gov/browse/index/far, Far Part 52 Or Online At Https://sam.gov/. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition To Include The Following Addenda: 52.212-4 Addendum (w) Continuity Of Services And Option To Extend Telecommunication Services. (1) For All Services Required On This Contract, The Contractor Shall Continue To Provide Services Until A Release Date Is
established By The Government As A Result Of Competition (cutover Complete) Or Termination (including Termination For Cause Or Government Convenience). (2) The Contractor Recognizes That The Services Under This Contract Are Vital To The Government And Must Be Continued Without Interruption And That, Before Contract Expiration, A Successor, Either The Government Or Another Contractor, May Continue Them. The Contractor Agrees To - (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition. The Contractor Shall (i) Provide Transitioning Of Services During Cutover Period Without Termination Liability Charges; (ii) Exercise Its Best Efforts And Cooperation To Effect An Orderly And Efficient Transition To A Successor; And (iii) Notify The Government Of Any Services Not Cutover After Contract Expiration. end Of 52.212-4 Addendum (xii) Clause 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, Applies To This Acquisition. In Addition, The Following Far/dfars/affars Clauses/provisions, Either By Reference Or Full Text, Apply (clauses May Be Obtained Via The Internet At Https://www.acquisition.gov/browse/index/far): 52.204-7 System For Award Management
52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards.
52.204-13 System For Award Management Maintenance
52.204-16 Commercial And Government Entity Code Reporting
52.204-18 Commercial And Government Entity Code Maintenance
52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment.
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations.
52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
52.217-8 Option To Extend Services
52.225-13 Restrictions On Certain Foreign Purchases.
52.232-18 Availability Of Funds
52.232-23 Assignment Of Claims
52.232-33 Payment By Electronic Funds Transfer-system For Award Management.
52.232-39 Unenforceability Of Unauthorized Obligations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors.
52.233-1 Disputes
52.233-3 Protest After Award.
52.233-4 Applicable Law For Breach Of Contract Claim.
52.237-3 Continuity Of Services
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights.
252.203-7003 Agency Office Of The Inspector General
252.204-7003 Control Of Government Personnel Work Product.
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting.
252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support.
252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism.
252.225-7001 Buy American And Balance Of Payments Program.
252.225-7002 Qualifying Country Sources As Subcontractors.
252.225-7012 Preference For Certain Domestic Commodities.
252.225-7048 Export-controlled Items.
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports.
252.232-7006 Wide Area Workflow Payment Instructions.
252.232-7010 Levies On Contract Payments.
252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel.
252.239-7002 Access.
252.239-7004 Orders For Facilities And Services.
252.239-7005 Rates, Charges, And Services.
252.239-7006 Tariff Information.
252.239-7007 Cancellation Or Termination Of Orders.
252.239-7008 Reuse Arrangements.
252.239-7018 (dev) Supply Chain Risk (deviation 2018-o0020).
252.243-7001 Pricing Of Contract Modifications.
252.244-7000 Subcontracts For Commercial Items 52.252-1, Solicitation Provisions Incorporated By Reference, Feb 1998. For Purposes Of This Provision, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
52.252-2, Clauses Incorporated By Reference, Feb 1998. For Purposes Of This Clause, The Fill-in Is Completed As Follows: Https://www.acquisition.gov/browse/index/far
Science Museum Group Tender
Others
United Kingdom
Closing Soon9 Feb 2025
Tender AmountGBP 190 K (USD 235.9 K)
Description: Science And Society Picture Library Platform And Website
City Of Valenzuela Tender
Civil And Construction...+3Building Construction, Electrical and Electronics, Electrical Works
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.3 K)
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
Province Of Pangasinan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 100 Million (USD 1.7 Million)
Details: Description Invitation To Bid For Construction Of School Building At Manaoag Central School, Manaoag, Pangasinan Project Identification No.: Pang-2025-01-0016-cw 1. The Provincial Government Of Pangasinan, Through The Construction, Repair & Rehabilitation Of School Building (pr#2025-01-00012) Intends To Apply The Sum Of One Hundred Million Pesos (p100,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of School Building Of Manaoag Central School, Manaoag, 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 Construction Of School Building. Completion Of The Works Is Required Three Hundred Ten (310) 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 Fifty Thousand Pesos (p50,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 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
City Of Valenzuela Tender
Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.2 K)
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.: 070-upgrading Service Entrance/power House-mal Shs/jhs-lsb-infra-2025 Pcab Min. Required Size Range/category Small B Name Of Contract Upgrading Of Service Entrance @ Malinta Senior & Junior High School & Proposed Power House Brief Description Upgrading Of Service Entrance @ Malinta Senior & Junior High School & Proposed Power House Location Brgy. Malinta, Valenzuela City Source Of Funds Bc# 04; Ref. No. 25-720 T O T A L Abc (php) 1,999,763.99 (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
City Of Valenzuela Tender
Civil And Construction...+3Building Construction, Electrical and Electronics, Electrical Works
Philippines
Closing Soon13 Feb 2025
Tender AmountPHP 3.4 Million (USD 59.8 K)
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
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender
Civil And Construction...+2Road Construction, Drainage Work
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 67.5 Million (USD 1.1 Million)
Details: Description Invitation To Bid For Rehabilitation Of Road And Drainage Along Mulawinan St., Barangay Lawang Bato, Valenzuela City 1. The Dpwh-ncr-metro Manila 3rd District Engineering Office, Through Gaa, Intends To Apply The Sum Of Php 67,519,520.45 Being The Approved Budget For The Contract (abc) To Payments Under The Contract Cid No. 25od0107 - Rehabilitation Of Road And Drainage Along Mulawinan St., Barangay Lawang Bato, Valenzuela 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. : 25od0107 Contract Name And Location : Rehabilitation Of Road And Drainage Along Mulawinan St., Barangay Lawang Bato, Valenzuela City Brief Description : Rehabilitation Of Road And Drainage Approved Budget For The Contract (abc) : Php 67,519,520.45 Source Of Funds : Fy 2025 Nep Contract Duration : 270 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 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 14, 2025 To February 4, 2025 From The Given Address And Upon Payment Of The Applicable Fee Up To 10:00 A.m. Of February 4, 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 22, 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 4, 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 4, 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 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 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 14, 2025 Dpwh-infr-04-2016
9111-9120 of 10000 active Tenders