Website Tenders
Website Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Lgu Counterpart Funds For 2024 Intends To Apply The Sum Of Three Million Five Hundred Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 24kb0212 – Concreting Of Brgy. Paitan Fmr, Brgy. Paitan, Quezon, Bukidnon (lgu Counterpart). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Concreting Of Brgy. Paitan Fmr, Brgy. Paitan, Quezon, Bukidnon (lgu Counterpart) Contract Id # : 24kb0212 Locations : Paitan, Quezon, Bukidnon Scope Of Works : Concreting Of 0.205km (0.410 Lane-km) Pccp Local Road (w=6.10, T=200mm) With Gravelled Shoulder (w=1.0m, T=200mm) With Pavement Markings. Approved Budget For The Contract : Php 3,500,000.00 Contract Duration : 45 Calendar Days The Invited Accredited Dpwh Contractors Who Were Initially Found Eligible By The Bids And Awards Committee (bac) As To Legal, Technical And Experience Requirements Are The Following: M. Montesclaros Enterprises, Inc 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Engineering/ge-1 (road, Highways, Pavement, Etc.). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024 To January 15, 2025, Until 8:30 Am From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On January 03, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before January 15, 2025 At 9:30 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. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 15, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (december 23, 2024) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Closing Soon3 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.8 K)
Gemeente 's Hertogenbosch Tender
Services
Software and IT Solutions
Netherlands
Description: Replace Waste Calendar App, Website and CMS Waste Service
Closing Date24 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vii South Road Properties, Cebu City Invitation To Bid For 24h00178 - Completion/equipping Of Super Health Centers - Cebu City Health And Wellness Center, Cebu 1. The Department Of Public Works And Highways Regional Office Vii, Through The Fy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of Php5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Completion/equipping Of Super Health Centers - Cebu City Health And Wellness Center, Cebu With Contract Id No. 24h00178. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vii Now Invites Bids For The Hereunder Works: Name Of Contract : Completion/equipping Of Super Health Centers - Cebu City Health And Wellness Center, Cebu Contract Id No. : 24h00178 Locations : Cebu City Scope Of Works : Completion/equipping Of Building Approved Budget For The Contract : Php 5,970,000.00 Contract Duration : 151 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Buildings And Industrial Plant For License Classification C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 Of Bidding Documents. 3.1 Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3.2 As Provided In Section 25 Of The R-irr Of R.a. 9184, Bidders Shall Submit Their Bids Through Their Duly Authorized Representative. The Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa) Or If Not, There Must Be A Duly Signed Special Power Of Attorney (spa) Presented In Hard Copy And Soft Copy Of The Spa Must Also Be Emailed To Procurementro7@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Spa From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Regional Office Vii And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Regional Office Vii Will Hold A Pre-bid Conference On January 06, 2025 At 10:00 A.m. At The Strategy Room Of Dpwh-regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r7@dpwh.gov.ph For Electronic Submission On Or Before January 20, 2025 At 10:00 A.m. Together With The Proof Of Purchase/receipt. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 20, 2025 At 10:30 A.m., Strategy Room Of Dpwh Regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways Regional Office Vii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Engr. Odilon N. Andrino Head Procurement (032)4116752; (032)4116753 Email Address: Andrino.odilon@dpwh.gov.ph Or Procurementro7@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_r7@dpwh.gov.ph Jerry B. Evangelio Bac Chairman Contract Id No.: 24h00178 Dpwh And Philgeps Websites Posting: December 23 – December 30, 2024
Closing Soon6 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)
Landbank Of The Philippines Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Land Bank Of The Philippines Invitation To Bid For Human Resources Information System (hris) Replacement Project 1. The Land Bank Of The Philippines (landbank), Through Its 2024 Corporate Operating Budget Approved By The Board Of Directors Intends To Apply The Total Sum Of Two Hundred Seventy Five Million Pesos Only (php275,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Human Resources Information System (hris) Replacement Project With Project Identification Number Lbp-ictbac- Itb-gs-20241216-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Landbank Now Invites Bids For Human Resources Information System (hris) Replacement Project With Project Identification Number Lbp-ictbac- Itb-gs-20241216-01. The Contract Period Is Indicated In Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information And/or Electronic Copy Of The Bidding Documents By Contacting Landbank – Procurement Department At The Telephone Numbers And Email Address Given Below During Banking Days From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents In Electronic Format May Be Acquired By Interested Bidders On December 24, 2024 To January 24, 2025 From Landbank – Procurement Department Upon Payment Of The Non-refundable Bidding Documents Fee, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (php50,000.00). The Bidding Documents Fee May Be Paid At Any Landbank Branch Or Through The Landbank Online Payment Platform Link.bizportal Provided A Payment Acceptance Order (pao) Is Secured First From Landbank – Ict-bac Secretariat. The Steps To Follow In The Payment Of The Bidding Documents Fee Through The Landbank Link.bizportal Are Found In Annex A Of The Bidding Documents. To Obtain A Pao, Interested Bidders Shall Send A Request Email To Ictbac@landbank.com With Subject “pao – Lbp-ictbac-itb-gs-20241216- 01” As Its Subject. The Specific Instructions On How To Pay The Bidding Documents Fee And Receive The Bidding Documents Shall Be Provided In The Reply Email Of Landbank To The Interested Bidders. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Landbank Website, Provided That Bidders Shall Pay The Corresponding Cost Of Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Landbank Will Hold A Pre-bid Conference On January 10, 2025 At 1:00 Pm Through Videoconferencing Using Microsoft (ms) Teams Application. Interested Bidders Who Would Like To Participate In The Said Conference Must Send A Duly Filled-up Pre-bid Conference Registration (pbcr) Form (annex B Of The Bidding Documents) To Ictbac@landbank.com On Or Before 3:00 Pm Of January 9, 2025. . The Pbcr Form Can Also Be Downloaded From The Philgeps Website, Landbank Website (https://landbank.com/forms) Or Requested From Ms. Jeah Chrysel L. Escalona At Jescalona@landbank.com. Interested Bidders Shall State “pbcr – Lbp- Ictbac-itb-gs-20241216-01” In Their Request Email As Subject. The Specific Instructions On How To Join The Pre-bid Conference Shall Be Provided By Landbank To The Interested Bidders Through Email. For New Bidders, A Briefing On Salient Provisions Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 And Pointers In The Preparation Of Bids Shall Be Conducted On January 8, 2025 At 2:00 Pm Through Videoconferencing Using Ms Teams Application. 7. All Bids Shall Be Submitted Electronically On Or Before The 10:00 A.m. Deadline On January 24, 2025 . Only Electronic Bids That Are Successfully Uploaded To The Secure File Transfer Facility (sftf) Of Landbank On Or Before The Deadline Shall Be Accepted. Submission Of Physical Bid (hard Copy) Shall Not Be Accepted. The Prescribed Procedures In The Submission And Opening Of Electronic Bids Are Stated In The Detailed Procedures In Submission And Opening Of Electronic Bids (annexes C-1 To C-8 Of The Bidding Documents). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 24, 2025 At 10:15 Am Onwards Through Videoconferencing Using Microsoft (ms) Teams Application. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Landbank Reserves The Right To (a) Reject Any And All Bids At Any Time Prior To The Award Of The Contract; (b) Waive Any Minor Formal Requirements In The Bid Documents; (c) Accept Such Bids It May Consider To Be Advantageous And Beneficial To The Bank; (d) Declare A Failure Of Bidding; Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Karla May M. Temporosa Head, Ict-bac Secretariat 1598 M.h. Del Pilar Car. Dr. J. Quintas Sts. Malate, Manila, 1004 Tel. (+632) 8522-0000 Or 8551-2200 Local 2995 Email: Ictbac@landbank.com
Closing Soon7 Feb 2025
Tender AmountPHP 275 Million (USD 4.7 Million)
Caraga Regional Hospital Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-22 (119) Supply And Delivery Of Service Vehicle Van (negotiated – Two-failed Biddings) Abc: Php 1,676,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through Internal Generated Fund (igf) 2024 And As Per Authority To Purchase Motor Vehicle (apvm) No. Dbm-roxiii-2024-004 Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of One Million Six Hundred Seventy Six Thousand Pesos Only ( Php 1,676,000.00) As To Payment Under The Contract For Supply And Delivery Of Service Van Vehicle (negotiated – Two-failed Biddings). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. This Project Shall Be Completed Within 60 Calendar Days Upon Receipt Of The Notice To Proceed And To Be Picked Up By This Procuring Entity At Its Location And To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Service Vehicle Van 1 Lot 1,676,000.00 1,676,000.00 Technical Specifications Description Van Type, A Large Four-wheel Enclosed Vehicle For Conveying Passengers And/or Hauling Cargo, Traditionally Having Four (4) Doors (two Side Doors For The Driver And Front Passengers, One (1) Or Two (2) Passenger Side Sliding Doors, And A Tailgate. It Has Several Rows Of Folding Or Removable Seats Behind The Front Passenger Seat With At Least 12 Seating Capacity Including Front Passenger. It Has No Luggage Compartment But An Expandable Area At The Rear Which Can Be Used For Luggage, Cargoes, Etc. It Must Be Brand New. Engine Type 4 Cylinder, In-line Dohc 16 Valve Turbocharge With Intercooler Displacement (l) 2.4 - 3.0 L Compression Ratio 15:1 Or Higher Fuel Diesel, Euro 4 Fuel System Common Rail, Direct Injection / Electronic Fuel Injection Or Equivalent Transmission Manual Transmission ( Minimum 5 Speed) Steering Power Assist, Steering Rack Suspension, Front Wishbone & Coil Spring With Stabilizer (manufacturer Standard) Or Torsion Bar With Stabilizer Suspension, Rear Leaf Spring With Telescopic Shock Absorbers (manufacturer Standard) Brakes Ventilated Disk Front And Drum Type On Rear Or All Disk Brakes With Abs Wheels 15 Or 16 Inches Steel Or Alloy Wheels. Safety Driver And Front Passenger Is Equipped With Emergency Locking Retractor 3 Point Seatbelt And Airbag. Rear Passenger Equipped With 3 Pt Emergency Locking Retractor Seatbelts. Accessories 1. Dual Air-conditioned. 2. Power Window. 3. 12 Volts Power Outlet. 4. Early Warning Devices. 5. Front And Rear Camera With Recording. 6. Reserve Tire, Same Size With The Other Four 7. Hydraulic Jack (alligator Type) And Tire Wrench. 8. Operation Manual Body Paint Color White Other Requirements 1. Supplier Must Have Service Center Located In Mindanao Area. 2. Free Lto Registration And Comprehensive Insurance. Compliance To Denr Emission Standard. 3. Supplier Must Be An Authorized Motor Vehicle Dealer / Distributor With Service Center Availability Within Mindanao Area. 4. Installation Of Decals Like Crh Logo, And The Work “for Official Use Only” Warranty 1 Year Warranty On Parts And Labor Delivery Terms 60 Calendar Days Upon Receipt Of The Notice To Proceed And To Be Picked Up By This Procuring Entity At Its Location. Terms Of Payment. Payment Shall Be Made Upon Complete Delivery. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post Qualification: A Site Visit Will Be Conducted Or A Thorough Verification Of The Submitted Bidding Documents Of The Bidder Like Their Technical Specification, Brochure, Contract Performance And Other Related And Significant Documents For This Project. Validity Of The Contract : Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted And Commissioned; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Other Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Above-entitled Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi (schedule Of Requirements) Of The Bidding Documents. Bidders Should Have Completed Within The Period Of Five (5) Years From The Opening Of Bids. 3. Section 23.4.2.4 Of Irr Of Ra 9184. The Bidder Must Have Completed An Slcc That Is “similar” To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. Moreover, A Contract Shall Be Considered “similar” To The Contract To Be Bid If It Has The Same Major Categories Of Work On Provision Of Motor Vehicles Or Service Vehicle Van. The Procuring Entity May Clarify In The Bidding Documents What Is Regarded As Major Categories Of Work. (23.5.2.5a) For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole 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. 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 To January 22, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 07, 2025 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83489755748?pwd=hzz46mwgn5hpmqcmrssttohzxy6ve0.1 Meeting Id: 834 8975 5748 Passcode: 766556 Deadline Of Submission Of Bids January 22, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 22, 2025 At 2:00 P.m. Via Zoom Platform. Link: Join Zoom Meeting Https://us06web.zoom.us/j/82443783945?pwd=rbrilgn9em70shclcpe96rgz7iagep.1 Meeting Id: 824 4378 3945 Passcode: 750393 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1hugqmfundc8omkq6fmbgqdwmjelpgxz7?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 7. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 8. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 22, 2025 At 10:00 O’clock In The Morning. 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 January 22, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend In An Online Bidding. Late Bids Shall Not Be Accepted. 9. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 10. The Crh 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. 11. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 12. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 13. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 14. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 15. Please Fill Up The Caraga Regional Hospital Supplier’s Registry To This Link: Https://bit.ly/crh_suppliersregistry 16. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date11 Feb 2025
Tender AmountPHP 1.6 Million (USD 28.6 K)
City Of Valenzuela Tender
Food Products
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 Interested Suppliers To Apply For Eligibility And Bid For The Hereunder Listed Project: Project Reference No. : 003-nutribun-tf-goods-2025 Project Name : Purchase Of 296,791pcs Enhanced Nutribun Project Description : Supply Of 296,791pcs Enhanced Nutribun For K-6 In-school Feeding Beneficiaries Approved Budget For The Contract: Php4,451,865.00 (bc# 103; Ref. No. 24-180) Delivery Period : Until May 30, 2025 Note: Ordering Agreement Registered Prospective Bidders Should Have Experience In Undertaking Single Largest Completed Contract (slcc) Within The Last Five (5) Years With Amount Of At Least 50% Of The Proposed Project For Bidding For Non-expendable Supplies And 25% For Expendable Supplies, In Case Applicable. The Eligibility Check/screening, As Well As The Preliminary Examination Of Bids Shall Use A Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Responsive Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference/s, Evaluation Of Bids, Post Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Irr. The Complete Schedule Of Activities Are Herein Below Listed As Follows: 1) Issuance Of Bid Documents January 2, 2025-january 20, 2025; 8:00 Am To 4:00 Pm And On January 21, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference January 7, 2025; 1:00 Pm, Conference Room (3a)-legislative Building 3) Submission Of Bids January 21, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids January 21, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available At The Bids And Awards Committee Secretariat Office, 2/f Exec. Bldg. Valenzuela City Hall, Mac Arthur Highway, Karuhatan, Valenzuela City, To Bidders Upon Payment Of A Non-refundable Fee In The Amount Of Php5,000.00 For Projects With Abc Of More Than Php1million Up To Php5million To The City Treasurer Of The City Government Of Valenzuela, And May Be Downloaded At The Philgeps Website. Bidder/supplier Must Be Able To Log-in In At The Philippine Government Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List (drl) Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept/reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award, In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of R.a. 9184, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Latter For Any Expense Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Original Signed Atty. Jaime T. De Veyra, Mnsa Posted In Conspicuous Place Chairperson Date Of Publication/philgeps Date Prepared: 12/20/2024
Closing Soon4 Feb 2025
Tender AmountPHP 4.4 Million (USD 76.1 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For 25pf0031: Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Tertiary Roads: Gov. Bado Dangwa National Road - K0291+280 - K0291+430, K0291+670 - K0291+770, K0291+875 - K0292+080, K0291+290 - K0292+364, K0292+405 - K0292+445, K0292+630 - K0292+900, K0292+942 - K0293+010, K0293+022 - K0293+100, K0293+670 - K0293+910, K0294+370 - K0294+560 1. The Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 53,842,175.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pf0031: Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Tertiary Roads: Gov. Bado Dangwa National Road - K0291+280 - K0291+430, K0291+670 - K0291+770, K0291+875 - K0292+080, K0291+290 - K0292+364, K0292+405 - K0292+445, K0292+630 - K0292+900, K0292+942 - K0293+010, K0293+022 - K0293+100, K0293+670 - K0293+910, K0294+370 - K0294+560. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Is Two Hundred Forty (240) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office, Natubleng, Buguias, Benguet And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays At 8:00 Am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 Up To February 17, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person And Through Electronic Means For Those Participating In The Electronic Bidding: Electronicbids_benguet2@dpwh.gov.ph 6. The Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 @ 10:00am At The 2nd Floor, Bids And Awards Committee (bac) Conference Hall And/or Through Webcasting Via Https://www.youtube.com/@dpwh.benguet2nd.deo., Which Shall Be Open To Prospective Bidders. 7. 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. Late Bids Shall Not Be Accepted. 8. Bids Must Be Addressed To The Bac Chairperson And Duly Received By The Bac Secretariat At The Department Of Public Works And Highways – Benguet Second District Engineering Office, Natubleng, Buguias, Benguet Below For Manual Submission Or At Electronicbids_benguet2@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025: 10:00 A.m. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On February 17, 2025: 10:00 Am At The Given Address Below And/or Through Web Casting Via Https://www.youtube.com/@dpwh.benguet2nd.deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Carmencita P. Tictic Engineer Iii – Procurement Unit Head, Bac Secretariat Dpwhbng2bac@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Www.philgeps.gov.ph For Electronic Bid Submission: Electronicbids_benguet2@dpwh.gov.ph For Inquiries: Dpwhbng2bac@gmail.com January 27, 2025 Approved: Paterno C. Gonzalo Chief, Administrative Section Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 53.8 Million (USD 920.9 K)
University Of Toronto Scarborough Tender
Electrical and Electronics...+1Electrical Works
Canada
Details: Notice Of Intended Procurement Name Of Procuring Entity The Governing Council Of The University Of Toronto (the “university”) Contact Person And Contract Person Coordinates Richard Pajor Procurement Officer, Financial Service University Of Toronto Scarborough 1265 Military Trail Toronto, Ontario M1c 1a4 Rick.pajor@utoronto.ca Procurement Documents The Procurement Documents Are Available At Www.merx.com. Note That Obtaining Access To The Procurement Documents Will Require Prospective Applicants To Register And Pay A Registration Fee. Pricing And Payment Terms Are Available On The Merx Website. Description Of Procurement Request To Qualify (rtq) For Replacement Of Air Handling Unit (ahu) In The Pedestrian Street And Ahu Coil Replacement In The Science Wing Facilities Management Department At The University Of Toronto Scarborough (utsc) Require Replacement Of Air Handling Unit (ahu)-6 With Integration Via An Air Source Heat Pump Or Water Source Heat Pump. The Department Also Requires The Replacement Of Steam Coils With Hot Water Coils To Accept Geo Exchange. Refer To The Request For Proposal And To Utsc 2024-25 Appendix 1 – Project Design Brief Air Handling Unit Environmental Upgrades For A Description Of Goods And/or Services. Address And Final Date For Submissions Submissions Must Be Submitted Electronically At: Https://utoronto.bonfirehub.ca/opportunities/87798 On, Or Before February 10, 2025, At 2:00:00 P.m. Local Time. The Submissions Will Not Be Opened Publicly. Conditions For Participation The Procurement Is Subject To The Following Conditions For Participation: Proponents Will Adhere To The University Of Toronto General Labour Conditions. Applicable Trade Agreements This Procurement Is Subject To The Following Trade Agreement(s): The Canadian Free Trade Agreement, Chapter Five The Ontario-quebec Trade And Cooperation Agreement, Chapter 9 Canada-european Union Comprehensive Economic And Trade Agreement (ceta) Contract Details Subsequent Procurement Process Applicants Who Successfully Prequalify On Rfq Utsc 2024-20 Will Be Eligible To Participate In The Following Procurement Process: Request For Proposals (rfp) For The Replacement Of Air Handling Unit (ahu)-6 Integrated With The Geo Exchange / Air Source Heat Pump (ashp), And Replacement Of Steam To Hot Water Coils Of Ahu-9 And Ahu-10, Utilizing The Canadian Construction Documents Committee (ccdc)-14 Design And Build Contract. One Time Only Purchase Of Services For Specified Scope Of Work. Evaluation Criteria The Evaluation Criteria And Weightings To Be Applied Are As Follows: A. Technical 1. Applicant Information (15 Points) 2. Experience And Qualifications (35 Points) 3. Project Experience (35 Points) 4. References (15 Points) B. Documentation 1. Ccdc 11 – 2019 Contractors Qualification Statement (pass/fail) 2. Health And Safety Declaration (pass/fail) 3. Workplace Injury Summary Report (pass/fail) 4. Letter Of Good Standing From A Canadian Chartered Bank (pass/fail) 5. Letter From A Surety Stating Single And Aggregate Bonding Limits (pass/fail) 6. Schedule E To The Rtq – Reference Form Notes Proponents Should Note That Information Contained Within This Notice Is Subject To Change. Proponents Are Encouraged To Obtain The Procurement Documents Which Contain The Most Current Information. If There Is A Conflict Between The Procurement Documents And This Notice, The Procurement Documents Will Take Precedence.
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Samotišky village Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Czech Republic
Details: The Subject of the Public Contract is the Construction of the "Sewage Drainage of the Municipality of Samotišky" Related to the Project of the Contracting Authority with the Title "Sewage Drainage of the Municipality of Samotišky", Project Registration Number 1240700027 Within the Framework of the Subsidy Title Financed from the National Environment Program. In the Municipality of Samotišky, it is proposed to build a new sewage gravity sewer system terminated by the Samotišky pumping station, which will transport wastewater by pressure to the sewer network of the City of Olomouc - to the collector "k" leading in the extravilán of the local part of Droždín, which drains wastewater towards the local part of Olomouc Chválkovic. The sewage wastewater of the Municipality of Samotišky will be treated at the Olomouc sewage treatment plant. Technical and Technological Description of the Individual Parts of the Subject of the Public Contract, Including the Project Documentation and the Bill of Quantities, Which Forms an Annex to the Tender Documentation. The Contractor undertakes to carry out the work in accordance with the Tender Conditions and the Project Documentation. All Requirements for the Contractor arising from the Project Documentation are binding on the Contractor and must be included in the Supplier's Offer. Completion of the Work means the complete, functional and flawless execution of all construction and assembly works and structures, including the supply of necessary materials and equipment necessary for the proper completion of the work, as well as the performance of all activities related to the supply of construction works and structures, the performance of which is necessary for the proper completion of the work, including the coordination and completion activities of the entire construction. The Work Will Be Implemented In Accordance With The Applicable Laws Of The Czech Republic And The Czech Republic And According To Generally Binding And Recommended Regulations And Methodologies. The Client Emphasizes That The Contractor Of The Work Must Comply With All Technical And Technological Procedures Within The Implementation Of Individual Works Under The Order. The Basis For The Preparation Of The Offer Is The Project Documentation For The Implementation Of The Construction Of The "Sewage Treatment Of The Municipality Of Samotišky" Prepared By The Contractor - The Association Of Companies Aqp+vodis, Formed By The Company Aqua Procon Sro, Registered Office Palackého 12, 612 00 Brno, Company No.: 46964371 And The Company Vodis Olomouc Sro, Registered Office Tovární 1059/41, 772 11 Olomouc, Company No.: 25835815, In 05/2023 And Further See Project Documentation (hereinafter referred to as the "Project Documentation"). All features, procedures, requirements and specifications are stated in the draft contract for the work, which is annex no. 3 to this tender documentation and in the project documentation, which, together with the statement of quantities, is annex no. 4 to this tender documentation. The contracting authority expressly mentions the need to carry out the work in accordance with the document Methodology for the DNSH principle. This methodology has application priority over the project documentation, i.e. in the event of a conflict regarding the method of carrying out the work, the procedure according to the document Methodology for the DNSH principle will be preferred, or the work will be carried out in such a way that this methodology for the DNSH principle is observed. The contractor also undertakes to properly document compliance with this methodology as required by the subsidy provider. Both the Methodology for the DNSH Principle and the Requirements for Its Reporting Are Part of the Project Documentation, or Are Available in Their Current Form on the Website of the Subsidy Provider at Https://www.mzp.cz/cz/podminky_cerpani_eu_fondu Technical Supervision for This Contract May Not Be Performed by the Supplier or a Person Connected to It. If the Terms of Reference, Technical Specifications, Project Documentation or Statement of Quantities Refers to Certain Suppliers, Products or Patents for Inventions, Utility Models, Industrial Designs, Trademarks or Designations of Origin, Pursuant to the Provisions of Section 89, Paragraph 6 of Act No. 134/2016 Coll., On the Award of Public Contracts, Considers Such a Reference to be a Specification of Technical Conditions Which Would Not Be Sufficiently Precise and Comprehensible Without Its Use. The Contracting Authority Explicitly States and Admits the Possibility of Offering Another Equivalent Solution for Each Such Reference.
Closing Soon6 Feb 2025
Tender AmountRefer Documents
9201-9210 of 10000 active Tenders