Website Tenders

Website Tenders

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|exempted By Military Service||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report|n/a|tba|sprmm1|tba|tba|tba|tba|tba|tba|tba|tba|tba|tba|tba|tba| note For Contractor/administrative Contracting Officer|3|||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x|||||||| annual Representations And Certifications (may 2024)|13|335931|600|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, delivery Orders, And Modifications) Related To The Instant Procurement Are considered To Be "issued" By The Government When Copies Are Either Deposited in The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce methods, Such As Email. The Government's Acceptance Of The Contractor's proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As detailed Herein. 2. No Drawings Or Technical Data Are Available For This Item. 3. Rfid Is Only Required If The Ship To Code Identified Above Is listed At The Website With Dfars 252.211-7006 Passive Rfid, As the Time Of Shipment. Currently, There Are No Locations Listed that Require Passive Rfid Tagging. 4. Proposed Delivery Is _____ Days. 5. Offer Valid For _____ Days. 6. Notice To Surplus/new Surplus/new Manufactured Surplus Suppliers: submission Of Your Quote Without A Surplus Certificate Will Null And Void Your quote. A Surplus Material Certificate Must Accompany All Quotes For surplus/new Surplus/new Manufactured. If Submitting Quote Via Edi, A Faxed Or scanned Copy Must Be Sent To The Buyer. 7. When Submitting Quotes Via Edi, Make Sure You Specify Any Exceptions (i.e. mil Specs/standards, Packaging, I&a, Packaging Houses Etc) Or Follow Up With A hardcopy Of The Exceptions. If Nothing Is Indicated Or Received, Award Will be Based Upon Solicitation Requirements. Changes Or Requests For Changes after Award Will Have Consideration Costs Deducted On Modifications. 8. If Supplies Will Be Packaged At A Location Different From The Offeror address, The Offeror Shall Provide The Name And Street Address Of The packaging Facility. inspection Of Material Will Be At: ______________________________________________________________ inspection Of Packaging And Final Acceptance Of Material Will Be At: ______________________________________________________________ 9. If You Are Not The Manufacturer Of The Material You Are Offering, You must State Who The Oem Is (cage Code) And The Part Number You Are Offering. 10. Please Provide An Email Address For Follow Up Communications. ____________________________________________________________ it Is Recommended That Vendors Provide Contact Information To Navsup Wss mechanicsburg In Order To Receive Automated Notifications From Navy Electronic commerce Online (neco) When Contracts/modifications Are Issued By Dla Maritime mechanicsburg And Posted On Eda. To Receive These Notifications, Contact: navsupwss Code 025, Procurement Systems Design And Contract Support Division via Email At Navsupwssitimphelpdesk@navy.mil. Please Include The Following information With Your Request: Cage Code, Company Name, Address And Poc With phone Number And Email Address. contractors Can View Their Orders, Contracts And Modifications At The electronic Document Access (eda) Web Tool. This Web Tool Is Located At The procurement Integrated Enterprise Environment (piee) Website. It Is recommended That The Contractor Register For Eda At Https://piee.eb.mil/. click On New User And Registration. any Order Resulting From This Request For Quotation Will Require Electronic submittal Of Receiving Report And Invoices Through Piee-wawf. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Vacuum Transducer . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Vacuum Transducer Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;034h5 Sci-101-b-7874-00-fp; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Soon3 Mar 2025
Tender AmountRefer Documents 

Department Of Health Drug Abuse Treatment And Rehabilitati Tender

Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Health Las Piñas Drug Abuse Treatment And Rehabilitation Center Invitation To Bid Supply And Delivery Of Food - Raw Materials (fresh Meat And Poultry Products) For The Department Of Health - Las Piñas Drug Abuse Treatment And Rehabilitation Center 1. The Department Of Health – Las Piňas Drug Abuse Treatment And Rehabilitation Center (doh – Lp Datrc), Through The Gaa 2023 Intends To Apply The Sum Of One Million Two Hundred Seventy-one Thousand Six Hundred Pesos (php1,271,600.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Food - Raw Materials (fresh Meat And Poultry Products) Under Itb No. Cb 2025-02-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Doh – Lp Datrc, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Starting March 2025, To December 31, 2025. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Doh-lp Datrc And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4, 2025 To February 25, 2025, From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Three Thousand Pesos (php3,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Doh-lpdatrc Will Hold A Pre-bid Conference On February 11, 2025, 9:00 A.m. At Doh – Lp Datrc Conference Room, 002 Coastal Road, Brgy. Daniel Fajardo, Las Pinas City And/or Through Video Conferencing Or Webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 25, 2025, 09:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 25, 2025, 10:00 A.m. At Doh – Lp Datrc Conference Room, 002 Coastal Road, Brgy. Daniel Fajardo, Las Pinas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bidding Documents February 4, 2025 To February 25, 2025 At The Office Of The Bac Secretariat, Doh Lpdatrc, 002 Coastal Road, Brgy. Daniel Fajardo, Las Pinas City Pre-bid Conference February 11, 2025 At 9:00 Am At Doh Lpdatrc Conference Room, 002 Coastal Road, Brgy. Daniel Fajardo, Las Pinas City Deadline Of Submission Of Bids February 25, 2025 At 9:00 Am At Doh Lpdatrc Conference Room, 002 Coastal Road, Brgy. Daniel Fajardo, Las Pinas City Opening And Evaluation Of Bids February 25, 2025 At 10:00 Am At Doh Lpdatrc Conference Room, 002 Coastal Road, Brgy. Daniel Fajardo, Las Pinas City Post Qualification March 5, 2025 At 10:00 Am At Doh Lpdatrc Conference Room, 002 Coastal Road, Brgy. Daniel Fajardo, Las Pinas City 11. The Doh-lpdatrc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Riza T. Bautista, Mm Head, Bac Secretariat Department Of Health Las Piñas Drug Abuse Treatment And Rehabilitation Center Email Address: Bacsec.lpdatrc@gmail.com 002 Coastal Road, Brgy. Daniel Fajardo, Las Piñas City Approved By: Justine G. Mesina, Rn Chairperson · Bids And Awards Committee Date Of Publication: February 4, 2025
Closing Soon25 Feb 2025
Tender AmountPHP 1.2 Million (USD 21.7 K)

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Sipag – Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities – Construction Of Flood Mitigation Structure, Layac Ris, Dinalupihan, Bataan – Contract Id No. 25co0014 1. The Dpwh – Bataan 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 21,560,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25co0014 : Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Sipag – Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities – Construction Of Flood Mitigation Structure, Layac Ris, Dinalupihan, Bataan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bataan 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works. Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Sipag – Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities – Construction Of Flood Mitigation Structure, Layac Ris, Dinalupihan, Bataan Contract Id No. : 25co0014 Locations : Dinalupihan, Bataan Scope Of Works : Flood Control And Drainage Approved Budget For The Contract : Php 21,560,000.00 Contract Duration : 150 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c&d”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who` Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 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 Dpwh – Bataan 3rd District Engineering Office And Inspect The Bidding Documents At The Bac – Secretariat/ Procurement Unit, This Office From 8:00 A.m. – 5:00 P.m. During Weekdays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4, 2025 – February 25, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. 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 Dpwh – Bataan 3rd District Engineering Office Will Hold A Pre-bid Conference On February 12, 2025 – 9:00 A.m. At The Conference Room, Procurement Unit, Dpwh-bataan 2nd Deo And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 878 7580 7197 And Passcode: Dpwhbat3) And Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_bataan3@dpwh.gov.ph) For Electronic Submission From February 4, 2025 To February 25, 2025 Before 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 At 10:00 A.m. At The Conference Room, Procurement Unit, Dpwh-bataan 2nd Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo). Late Bids Shall Not Be Accepted. 12. The Dpwh – Bataan 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Of 34.3(b) (ii) C) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Revised Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Katrina M. Lacanlale Head, Bac Secretariat Dpwh – Bataan 3rd Deo Temporary Headquarters, Dpwh Bataan 2nd Deo Compound, Vicarville Subd., Bagong Silang, Balanga City, Bataan 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan3@dpwh.gov.ph Date Of Issue: February 4, 2025 ________________________________ Henry John U. Morada Assistant District Engineer Bac - Chairperson
Closing Soon25 Feb 2025
Tender AmountPHP 21.5 Million (USD 368.7 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For 25pf0041: Preventive Maintenance - Secondary Roads: Baguio - Bontoc Rd - K0307+432 - K0308+000 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 9,163,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pf0041: Preventive Maintenance - Secondary Roads: Baguio - Bontoc Rd - K0307+432 - K0308+000. 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 Forty-five (45) 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 February 04, 2025 Up To February 25, 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 10,000.00. 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 11, 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 25, 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 25, 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 February 03, 2025 Approved: Paterno C. Gonzalo Chief, Administrative Section Bac Chairperson
Closing Soon25 Feb 2025
Tender AmountPHP 9.1 Million (USD 156.7 K)

Municipality Of Lingayen, Pangasinan Tender

Chemical Products
Philippines
Details: Description Republic Of The Philippines Province Of Pangasinan Municipality Of Lingayen Invitation To Bid For The Procurement Of Hygiene Supplies To Be Delivered At Gso, Lingayen, Pangasinan The Local Government Unit (lgu) Of Lingayen, Intends To Apply The Sum Of Four Hundred Ninety Nine Thousand Nine Hundred Ninety Five Pesos (p499,995.00) Only Being The Approved Budget For The Contract (abc) To Pay For The Procurement Of Hygiene Supplies To Be Delivered At Gso, Lingayen, Pangasinan With Purchase Request No. 100-25-01-027 To Be Charged Through The General Fund – Mooe. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Lingayen Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty(30) Calendar Days . Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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. Prospective Bidders May Obtain Further Information From Bac Office, Municipal Hall Building, Lingayen, Pangasinan And Inspect The Bidding Documents At The Address Given Below During 8:00 In The Morning To 5:00 In The Afternoon, Monday To Friday, Except Holidays. A Complete Set Of Bidding Documents May Be Acquired Starting February 3, 2025 To March 4, 2025 From The Bac Office, Municipal Hall 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 Five Hundred Pesos (p500.00) Only. The Bidder Or Authorize Representative Shall Present Its Proof Of Payment Of Fees Personally To The Bac Office Before Bidding Documents Will Be Released. The Local Government Unit Of Lingayen Will Hold A Pre-bid Conference On February 19, 2025, 10:10 In The Morning At Municipal Conference Room, Municipal Hall Building, Lingayen, Pangasinan. Prospective Bidders Are Highly Encouraged To Attend The Pre- Bid Conference. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Of The Bids And Awards Committee, Local Government Unit Of Lingayen, Municipal Hall, Lingayen, Pangasinan 2401 On Or Before 9:00 In The Morning, March 4, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be At The Municipal Conference Hall, 2nd Floor, Municipal Hall Building, Lingayen, Pangasinan On March 4, 2025, After The Closing Time Of The Submission Of Bids. Bids Will Be Opened In The Presence Of The Bidders’ Representatives And Observers Who Choose To Attend The Activity. The Municipality Of Lingayen 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Any Provision In The Instruction To Bidders That Is Not Complied With Shall Be A Ground For Disqualification, Except When Allowed By R.a. 9184, Its Implementing Rules And Regulations Or Pertinent Gppb Resolutions. For Further Information, Please Refer To: (sgd)sharon S. Sison Bac Secretary Lgu Lingayen Municipal Hall Building Lingayen, Pangasinan 2401 You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.lingayen.gov.ph February 3, 2025 [date Of Issue] (sgd)joan Jude R. Lopez, Llb. Mdm. Bac Chairperson
Closing Date4 Mar 2025
Tender AmountPHP 499.9 K (USD 8.5 K)

Municipality Of Taft, Eastern Samar Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid For Procurement Of Materials For The Repair Of Waiting Shed @ Brgy. Batiawan, Taft, Eastern Samar 1. The Local Government Unit Of Taft Through The Approved Annual Budget For 2025 Intends To Apply The Sum Of One Hundred Sixty – Four Thousand Seven Hundred Eighty Five Pesos Only. [php.164,785.00] Being The Abc To Payments Under The Contract For The Procurement Of Materials For The Repair Of Waiting Shed @ Brgy. Batiawan, Taft, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Taft Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Fifteen Calendar Days [15 Cd]. Bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Paul Angelo M. Lebrilla, 09524770761 Bac Secretary , 2f, Municipal Bldg , Taft, Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Mondays – Fridays, 8:00 Am – 5:00pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Feb 04, 2025 – Feb. 26, 2025 From The Given Address Paul Angelo M. Lebrilla, 09524770761 Bac Secretary, 2f, Municipal Bldg, Taft, Eastern Samar, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos [php. 500.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person. 6. The Local Government Of Taft Will Hold A Pre-bid Conference On Feb. 12, 2025, @ 2:00 Pm, , 2f Rhu Bldg , Taft, Eastern Samar, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before Feb. 26, 2025,@ 10:30 Am. 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 Feb. 26, 2025 @ 2;00 Pm At The Given Address Below At , 2f Rhu Bldg, Taft, Eastern Samar. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Taft , Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Paul Angelo M. Lebrilla Bac Secretary Municipal Bldg.., Taft, Eastern Samar 09524770761 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Feb 2025 Sgd. Engr. Rufo C. Vista, Jr Bac Chairperson
Closing Soon26 Feb 2025
Tender AmountPHP 164.7 K (USD 2.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id : 25le0002 Contract Name : Asset Preservation-preventive Maintenance-secondary Roads - Davao-sarangani Coastal Rd. (malalag-malita-jas-g) Location Of Contract: Sta. Maria – Malita - Don Marcelino, Davao Occidental, (k1612+651 - K1613+000, K1615+000 - K1616+000, K1634+434 - K1634+596, K1671+000 - K1671+130) The Dpwh Davao Occidental District Engineering Office, Buhangin, Malita, Davao Occidental, Through The Regular Infrastructure Program (2025) Intends To Apply The Sum Of Forty-eight Million Two Hundred Thirty-four Thousand Eight Hundred Fifty-five Pesos Only (php 58,234,855.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cid No. 25le0002 – Asset Preservation-preventive Maintenance-secondary Roads - Davao-sarangani Coastal Rd. (malalag-malita-jas-g), Sta. Maria – Malita - Don Marcelino, Davao Occidental, (k1612+651 - K1613+000, K1615+000 - K1616+000, K1634+434 - K1634+596, K1671+000 - K1671+130) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh Davao Occidental District Engineering Office, Buhangin, Malita, Davao Occidental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Three (103) 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). 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. Interested Bidders May Obtain Further Information From Dpwh Davao Occidental District Engineering Office, Buhangin, Malita, Davao Occidental And Inspect The Bidding Documents At The Address Given Below From February 04,2025 During Weekdays From 8:00 Am – 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 04,2025 – February 27,2025, 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 Fifty Thousand Pesos Only (php 50,000.00). The Dpwh Davao Occidental District Engineering Office, Buhangin, Malita, Davao Occidental Will Hold A Pre-bid Conference On February 11, 2025 10:00 Am At Procurement Conference Room, Dpwh Davao Occidental Deo, Buhangin, Malita, Davao Occidental, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 27,2025, 1:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 27,2025, 1:00 Pm At The Procurement Conference Room, Dpwh Davao Occidental Deo, Buhangin, Malita, Davao Occidental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooccidental@dpwh.gov.ph For Electronic Submission On Or Before February 27,2025, 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. The Dpwh Davao Occidental District Engineering Office, Buhangin, Malita, Davao Occidental 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. For Further Information, Please Refer To: Bac Chairperson :ranulfo A. Flores Address : Dpwh – Davao Occidental Deo, Buhangin, Malita, Davao Occidental Telephone No. : 0998-551-1438 Email Address : Bac Secretariat Head : Emma Linda I. Araño Address : Dpwh - Davao Occidental Deo, Buhangin, Malita, Davao Occidental Telephone No. : 0910-7704-730 You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh.gov.ph Approved By: Sgd Ranulfo A. Flores Bac Chairperson
Closing Soon27 Feb 2025
Tender AmountPHP 58.2 Million (USD 996 K)

Batangas Medical Center Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Ib 2025-003 1. The Batangas Medical Center, Using A Single-year Framework Agreement, Through The General Appropriations Act Intends To Apply The Sum Of The Following Projects Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Bid. Bids Received In Excess Of The Abc For Each Bid Shall Be Automatically Rejected At The Bid Opening. Particulars: 2. Bid Document Fee The Cost Of Bidding Document Shall Correspond To The Abc Range Of The Category To Be Participated As Indicated In The Table 1 Below. If More Than One (1) Category, The Sum Of The Abc Per Category Shall Be The Basis For The Amount Of The Bid Document Fee. Approved Budget For The Contract Bid Document Fee 1 500,000 And Below 500.00 2 More Than 500,000 Up To 1 Million 1,000.00 3 More Than 1 Million Up To 5 Million 5,000.00 4 More Than 5 Million Up To 10 Million 10,000.00 5 More Than 10 Million Up To 50 Million 25,000.00 6 More Than 50 Million Up To 500 Million 50,000.00 7 More Than 500 Million 75,000.00 1 Projects/contract Duration Project Code Supply And Delivery Of Various Ophthalmology Supplies (framework Agreement) Gppb Guidelines On The Sale Of Bidding Documents Abc Pre-bid Conference Ib2025-003 5,481,250.00 February 11, 2025 9:00 A.m. Category No. Of Line Items Total Abc Category 1 – Cataract Supplies 9 2,791,000.00 Category 2 – Gels 3 2,006,250.00 Category 3 – Ophtha Medical Supplies 7 538,000.00 Category 4 - Retina 2 146,000.00 Opening Of Bids February 25, 2025 9:00 A.m. Example: Category 1 Abc: Php 10,000,000.00 Category 2 Abc: Php 5,500,000.00 Category 1 Abc + Category 2 Abc = Total Abc 15,500,000.00 (hence, The Bid Document Fee Shall Be Based On Bracket No. 5 Amounting To Php 25,000.00) 3. The Batangas Medical Center Now Invites Bids For The Above Procurement Project/s. Delivery Of The Goods Is Required After Issuance Of A Call-off. 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 (instruction To Bidders). 4. 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. 5. Prospective Bidders May Obtain Further Information From Batangas Medical Center And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Mondays To Fridays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Through Electronic Process On February 4, 2025 To February 25, 2025 Free Of Charge From The Website Of The Procuring Entity: Https://batmc.doh.gov.ph/public-bidding/procurement/invitation-tobids/2025-invitation-to-bid-and-details Only Bidders Who Paid The Applicable Fee For The Bid Document And Who Submitted Proof Of Payment Shall Be Allowed To Participate In The E-bidding And Submit The Bid Pursuant To The Latest Guidelines Issued By The Gppb And Upon Specific Instruction Of The Procuring Entity, In The Amount Stated At The Table Above. Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Batangas Medical Center Will Hold A Pre-bid Conference On February 11, 2025, 9:00am. Through Video Conferencing Via Zoom, Which Shall Be Open To Prospective Bidders. Join Zoom Meeting Https://us02web.zoom.us/j/85211172471?pwd=hitvwbdatdbqepn1zzaibbetdrz2pu.1 Meeting Id: 852 1117 2471 Passcode: Prebid234 8. Bids Must Be Duly Received By The Bac Secretariat At The Electronic Portal To Be Given Before The Scheduled Bid Opening Stated Above. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Securing Declaration Or Any Form Of Bid Security In Any Of The Acceptable Forms And In The Amount Stipulated In Itb Clause 14. 10. Bid Opening Shall Be On February 25, 2025, 9:00 A.m. Via Zoom Portal. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. 11. The Batangas Medical Center 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 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Hbac Secretariat Batangas Medical Center Kumintangibaba, Batangas City Tel. Nos. (043) 740-8303 To 8307 Local 1129 Or 1158 Bac@batmc.ph / Bac@batmc.doh.gov.ph 13. You May Visit The Following Website: For Downloading Of Bidding Documents: Https://batmc.doh.gov.ph/publicbidding/procurement/invitation-to-bids/2025-invitation-to-bid-and-details Date Of Issue: February 03, 2025 (sgd.) Jose Apollo J. Arago, Md, Dpba, Fpsa, Mha Hbac Chairperson Reminders For Online Bidders Prebid Conference 1. The Batangas Medical Center Will Hold A Pre-bid Conference On February 11, 2025, 9:00 A.m. Through Video Conferencing Via Zoom, Which Shall Be Open To Prospective Bidders. Join Zoom Meeting Https://us02web.zoom.us/j/85211172471?pwd=hitvwbdatdbqepn1zzaibbetdrz2pu.1 Meeting Id: 852 1117 2471 Passcode: Prebid234 2. Interested Parties May Pre-register Before The Said Date Through This Link Https://forms.gle/blocefynnb7dbjera And Meeting Invitation Shall Be Sent To Your Registered Email Address Otherwise Wait For The Meeting Invitation To Be Posted In Batmc’s Official Website And Social Media Pages Or Contact Our Bac Secretariat For Details. 3. Please Click The Link To The Attendance Registry At The Zoom Waiting Room On The Day Of The Actual Conference To Document Your Presence In The Said Event. Certificate Of Attendance Shall Be On A Per Request Basis However, We Cannot Provide Such Certificate If You Did Not Log In The Registry. 4. Please Be Advised That The Pre-bid Conference Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act. Submission Of Bid Documents The Batangas Medical Center Will Only Accept Bid Documents Submitted Electronically To The Designated Google Form Link Before The Opening Date Of The Bids. Bidders Are Required To Show Official Receipt (o.r.) Submitted To Bac@batmc.ph Before It Will Be Given The Link For Submission Of Bid Documents. Payment Can Be Made By Paying Directly To The Cashier Of The Procuring Entity Or Through Bank Transfer At: Bank Name: Land Bank Of The Philippines, Account Name: Batangas Medical Center, Account Number: 0302 1161 99. Proof Of Payment (cash Deposit Slip Or Check Deposit Slip) Must Be Emailed To The Bac@batmc.ph Cc: Cash@batmc.doh.gov.ph To Be Given The Link For Submission Of Bids. 1. Bidders Must Submit 3 Files A. Copy Of Official Receipt B. Eligibility/technical File C. Financial File 2. Documents Must Be Continuous Scan Or Multiple Pages In One Pdf File. Include Table Of Contents In The Front Page To Facilitate For Quick Search Of The Document. 3. Files B And C Should Be Individually Compressed And Password Protected Using Third Party Applications Such As Win.zip, Win.rar, Etc… (password Shall Not Be Disclosed Until The Day Of Bid Opening) 4. Use The Following Format For Filename For Easy Identification Of Your Files. A. Projectcode_companyname_or B. Projectcode_companyname_eligibilitydocs C. Projectcode_companyname_financialdocs 5. Link To The Submission Of Documents Shall Be Given, Emailed Or Sent Only To Bidders Upon Submission Of Proof Of Payment. 6. Documents Must Be Submitted Anytime Before The Opening Of Bids And Upon Showing Of Proof Of Payment (note: Needs Time For Secretariat To Download And Organize Files Before Bid Opening) 7. Late Submission Shall Be Invalidated Based On The Automatic Date/time Of Submission As Recorded In The Online Facility. 8. Corrupted Or Files That Are Inoperable During The Opening Are Likewise Invalidated. Please Check Your Files Accordingly After Submission. 9. In Case A Bidder Modifies Its Bid, It Shall Not Be Allowed To Retrieve Its Original Bid, But Shall Only Be Allowed To Send Another Bid Equally Secured And Properly Identified. Filename Should Be Labelled As "modification" Of The One Previously Submitted E.g.: A. Projectcode_companyname_or(modification) B. Projectcode_companyname_eligibilitydocs(modification) C. Projectcode_companyname_financialdocs(modification) The Time Indicated In The Latest Bid Receipt Page Generated Shall Be The Official Time Of Submission. Bids Submitted After The Deadline Shall Not Be Accepted. Bid Opening 1. Bid Opening Shall Be On February 25, 2025, 9:00 A.m. Via Zoom Portal. 2. Link To The Event Shall Only Be Given To Qualified Bidders Who Has Shown Proof Of Payment Of Applicable Fees For Bid Documents. 3. Meeting Invitation Shall Be Sent To Your Registered Email Address Or Contact Batmc Bac Secretariat For Details. 4. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Be Given The Link To The Portal Once Proof Of Payment Have Been Submitted. The Company Representative Shall Disclose The Respective Password For Each Of Their File To Be Opened During The Event. 5. Please Be Advised That The Bid Opening Shall Be Audio And Video Recorded, And Stored As Part Of The Documentation Process Of The Batangas Medical Center. Hence, Your Attendance To The Event Shall Indicate Your Explicit Consent On The Recording Of Your Image And Voice, Collection And Processing Of Your Personal Data As Disclosed And Captured During The Event. Rest Assured That Processing Of Data Is Done Solely For Legal Purposes And In Compliance With The Government Procurement Reform Act.
Closing Soon25 Feb 2025
Tender AmountPHP 5.4 Million (USD 93.7 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 25ob0032 Name Of Contract : Rehabilitation Of J.p. Rizal Along Barangay Santo Niño, Barangay Malanday, Barangay San Roque And Barangay Kalumpang, Marikina City Location : City Of Marikina First District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 39,199,767.13 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B B) Contract Id No. : 25ob0039 Name Of Contract : Construction Of Multi-purpose Building, Midtown, Phase 4, Barangay San Roque, Marikina City Location : City Of Marikina First District Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,947.72 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B C) Contract Id No. : 25ob0043 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Shoe Ave - K0019 + 097 - K0022 + 366 Location : City Of Marikina Second District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 68,599,647.23 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B D) Contract Id No. : 25ob0160 - Re-advertisement Name Of Contract : Rehabilitation Of Road Network At Barangay New Lower Bicutan, Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 48,999,595.10 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B E) Contract Id No. : 25ob0167 Name Of Contract : Construction Of Taguig General Hospital (phase 13), Taguig City Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 73,499,885.63 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B F) Contract Id No. : 25ob0218 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - C.p. Garcia Br. (b01875lz) Along C-5 Road Location : Pasig City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - With Cast-in-place Piles Approved Budget For The Contract : Php 61,759,986.54 Contract Duration : 195 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B G) Contract Id No. : 25ob0219 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - C.p. Garcia Br. (b01894lz) Along C-5 Road Location : Pasig City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 61,759,944.68 Contract Duration : 195 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B H) Contract Id No. : 25ob0226 Name Of Contract : Construction Of Slope Protection Structure Along C-6 Open Channel (phase 12), Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,618.84 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B I) Contract Id No. : 25ob0233 Name Of Contract : Construction Of Slope Protection Structure Along Taguig River Lakeshore Area (phase 2), Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,565.21 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B J) Contract Id No. : 25ob0234 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek, Package 2 (right Bank Facing Downstream), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,716.65 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B K) Contract Id No. : 25ob0235 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek, Package 3 (right Bank Facing Downstream), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 67,549,424.29 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B L) Contract Id No. : 25ob0236 Name Of Contract : Construction Of Taguig General Hospital (phase 12), Taguig City Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 97,999,727.79 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B M) Contract Id No. : 25ob0247 Name Of Contract : Improvement Of Slope Protection Along Buli Creek (right Bank Facing Downstream), Package 1, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,716.65 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B N) Contract Id No. : 25ob0249 Name Of Contract : Construction Of Multi-purpose Building, Bahay Pag-asa, Phase 1, National Center For Mental Health, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,941.19 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B O) Contract Id No. : 25ob0256 Name Of Contract : Construction Of Retaining Wall And Rehabilitation Of Sta. Ana River, Pateros, Metro Manila (package Viii) Location : Pateros, Metro Manila Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 49,499,658.59 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B P) Contract Id No. : 25ob0257 Name Of Contract : Construction Of Slope Protection Structure Along Labasan River (west Bank), Phase 2, Package 7, Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,853.61 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Q) Contract Id No. : 25ob0258 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek (left Bank Facing Downstream), Pasig City (package 2) Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 72,374,229.02 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B R) Contract Id No. : 25ob0259 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek (left Bank Facing Downstream), Pasig City (package 3) Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 72,374,229.02 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B S) Contract Id No. : 25ob0260 Name Of Contract : Rehabilitation Of Hakbangan Creek, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,999,731.21 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B T) Contract Id No. : 25ob0261 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek (left Bank Facing Downstream), Pasig City (package 1) Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 72,374,229.02 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B U) Contract Id No. : 25ob0272 Name Of Contract : Bank Improvement Of Slope Protection Along Marikina River (package 21), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 72,374,824.92 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B V) Contract Id No. : 25ob0279 Name Of Contract : Bank Improvement Along Marikina River (package 22), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,999,898.49 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B W) Contract Id No. : 25ob0282 Name Of Contract : Improvement Of Manggahan Floodway, Package 1, Pasig City Location : Pasig City Scope Of Works : Flood Control: Maintenance - Dredging, Desilting, River Rechanneling/excavation Works Approved Budget For The Contract : Php 97,999,350.14 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B X) Contract Id No. : 25ob0283 Name Of Contract : Improvement Of Manggahan Floodway, Package 2, Pasig City Location : Pasig City Scope Of Works : Flood Control: Maintenance - Dredging, Desilting, River Rechanneling/excavation Works Approved Budget For The Contract : Php 97,999,542.70 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Y) Contract Id No. : 25ob0331 Name Of Contract : Construction Of Multi-purpose Building At Brgy. Caniogan, Pasig City Location : Pasig City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 55,439,554.59 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Z) Contract Id No. : 25ob0332 Name Of Contract : Construction Of Multi-purpose Building At Barangay Aguho, Pateros, Metro Manila Location : Pateros, Metro Manila Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 148,499,957.41 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Aa) Contract Id No. : 25ob0333 Name Of Contract : Construction Of Multi-purpose Building At Barangay Martirez, Pateros, Metro Manila Location : Pateros, Metro Manila Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Steel (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 69,299,836.62 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Bb) Contract Id No. : 25ob0334 Name Of Contract : Construction Of Multi-purpose Facility, Barangay Lower Bicutan, Taguig City (phase 1) Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 144,749,414.11 Contract Duration : 540 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Cc) Contract Id No. : 25ob0346 Name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Daang Bakal, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 39,599,866.02 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B Dd) Contract Id No. : 25ob0349 Name Of Contract : Construction Of Multi-purpose Building (auditorium), Marikina Polytechnic College, Marikina City (phase 4) Location : City Of Marikina Second District Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,995.63 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B Ee) Contract Id No. : 25ob0352 Name Of Contract : Construction Of Multi-purpose Building, Barangay Harapin Ang Bukas, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - High Rise - Steel (frame) - Cast- In-place Piles (6 And Above Storeys) Approved Budget For The Contract : Php 59,399,966.44 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Ff) Contract Id No. : 25ob0447 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - Rosario Br. (b01873lz) Along Ortigas Ave Location : Pasig City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 144,749,954.35 Contract Duration : 330 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Gg) Contract Id No. : 25ob0448 Name Of Contract : Construction Of Flood Mitigation Structure (pumping Station) At Barangay Batis, San Juan City Location : San Juan City Scope Of Works : Flood Control: Construction - Pumping Station Approved Budget For The Contract : Php 144,749,722.25 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Hh) Contract Id No. : 25ob0450 Name Of Contract : Rehabilitation Of Flood Mitigation Structure Along Ilugin Creek, Pasig City (phase 1) Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,397.70 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B Ii) Contract Id No. : 25ob0451 Name Of Contract : Construction Of Multi-purpose Building (rfu-ncr Mega Laboratory Building), 1st Quadrant Of Camp Bagong Diwa Along Gen. Santos Ave., Bicutan, Taguig City (phase V) Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 144,749,550.19 Contract Duration : 540 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Jj) Contract Id No. : 25ob0452 Name Of Contract : Construction Of Multi-purpose Building (rfu-ncr Mega Laboratory Building), 1st Quadrant Of Camp Bagong Diwa Along Gen. Santos Ave., Bicutan, Taguig City (phase Vi) Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 144,749,861.34 Contract Duration : 540 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Kk) Contract Id No. : 25ob0453 Name Of Contract : Improvement Of Laguna Lakeshore Area, Barangay Lower Bicutan, Taguig City (phase I) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,589.10 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Ll) Contract Id No. : 25ob0454 Name Of Contract : Improvement Of Laguna Lakeshore Area, Barangay Lower Bicutan, Taguig City (phase Ii) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,778.10 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Mm) Contract Id No. : 25ob0455 Name Of Contract : Construction Of Multi-purpose Facility, Barangay Lower Bicutan, Taguig City (phase 2) Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 144,749,723.86 Contract Duration : 540 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Nn) Contract Id No. : 25ob0456 Name Of Contract : Construction Of Multi-purpose Building (eastern Police District), Barangay Corazon De Jesus, San Juan City (package 8) Location : San Juan City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 71,279,388.98 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Oo) Contract Id No. : 25ob0457 Name Of Contract : Construction Of Multi-purpose Building, Barangay St. Joseph, San Juan City (phase Xiv) Location : San Juan City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 59,399,464.58 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig 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 February 03, 2025 - February 25, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Specified In Each Contract 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 12, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before February 25, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. 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. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Eduardo B. Del Rosario Chief, Construction Section Bac Chairman Noted: Aristotle B. Ramos District Engineer
Closing Soon25 Feb 2025
Tender AmountPHP 48.2 Million (USD 825.2 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0505: Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Flood Mitigation Structures Protecting Public Infrastructures/facilities - Construction Of Flood Control Structure Along Sitio Carad North, Barangay 25 Tubburan, Bacarra, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,937.96 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0505: Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Flood Mitigation Structures Protecting Public Infrastructures/facilities - Construction Of Flood Control Structure Along Sitio Carad North, Barangay 25 Tubburan, Bacarra, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 83 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 Size Range Of Small B, License Category Of C & D; Single Largest Project/required Track Record ≤ Php 15m; Allowable Range Of Contract Cost Up To Php 30m. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) O The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4 – 25, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On February 11, 2025, 10:00 A.m. At 2nd Floor, Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before February 25, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On February 25, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First 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. 14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 4, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
Closing Soon25 Feb 2025
Tender AmountPHP 4.8 Million (USD 83.8 K)
9481-9490 of 10000 active Tenders