Website Tenders

Website Tenders

City Of Valenzuela Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 21.7 Million (USD 372.8 K)
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 041-const-mri Rm/oncology-pdblas-ceo-infra-2025 Pcab Min. Required Size Range/category Small B Name Of Contract Construction Of Mri Room & Oncology Room, Brgy. Paso De Blas Brief Description Construction Of Mri Room & Oncology Room, Brgy. Paso De Blas Location Brgy. Paso De Blas, Valenzuela City Source Of Funds Bc# 98; Ref. No. 24-810 T O T A L Abc (php) 21,799,999.99 (180 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below As Follows: 1) Issuance Of Bid Documents December 12, 2024- January 8, 2025; 8:00 Am To 4:00 Pm And On January 9, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference December 17, 2024; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids January 9, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids January 9, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available Only To Bidders/contractors Upon Payment Of A Non-refundable Fee In The Amount Of: Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million Php50,000.00 For Projects With Abc Of More Than Php50million Up To Php500million To The Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 12/05/2024 //erlie

City Of Valenzuela Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 47.9 Million (USD 819.7 K)
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 044-completion-cswd Bldg-kar-ceo-infra-2025 Pcab Min. Required Size Range/category Medium A Name Of Contract Completion Of Cswd Building @ Brgy. Karuhatan Brief Description Completion Of Cswd Building @ Brgy. Karuhatan Location Brgy. Karuhatan, Valenzuela City Source Of Funds Bc# 98; Ref. No. 24-813 T O T A L Abc (php) 47,923,883.43 (240 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below As Follows: 1) Issuance Of Bid Documents December 12, 2024- January 8, 2025; 8:00 Am To 4:00 Pm And On January 9, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference December 17, 2024; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids January 9, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids January 9, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available Only To Bidders/contractors Upon Payment Of A Non-refundable Fee In The Amount Of: Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million Php50,000.00 For Projects With Abc Of More Than Php50million Up To Php500million To The Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 12/05/2024 //erlie

Metropolitan Cebu Water District Tender

Civil And Construction...+1Pipe Line Project
Corrigendum : Closing Date Modified
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 7.8 Million (USD 133.6 K)
Details: Description Invitation To Bid For The Proposed Ø200mm X 490 Lm & Ø150mm X 228 Lm Upvc Pipeline Expansion Project Project No. E-1753-l3-220623 Pak-pakan Road, Basak, Lapu-lapu City The Metropolitan Cebu Water District (mcwd), Through The Corporate Operating Budget 2024 Intends To Apply The Sum Of Philippine Peso: Seven Million Eight Hundred Twelve Thousand Four Hundred Ninety-six And 35/100 (php 7,812,496.35) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Proposed Ø200mm X 490 Lm & Ø150mm X 228 Lm Upvc Pipeline Expansion Project At Pak-pakan Road, Basak, Lapu-lapu City With Purchase Requisition (pr) No. 29577-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Mcwd Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required In One Hundred Eighty (180) Calendar Days. Bidders Should Have Completed, Within Five (5) Years Prior To 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 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 Mcwd And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 4:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 11, 2025 From Given 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 Ten Thousand Pesos (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Mcwd Will Hold A Pre-bid Conference On January 30, 2025 9:00 Am At The Agm For Administration Conference Room, 6/f Mcwd Building, Which Shall Be Open To Prospective Bidders Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00 Am Of February 11, 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 16. Bid Opening Shall Be On February 11, 2025 9:00am At The Agm For Administration Conference Room, 6/f Mcwd Building. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Mcwd 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: Christine B. Caballes Office Of The Bac Secretariat 6th Floor, Metropolitan Cebu Water District Cor. Magallanes And Lapulapu Streets, Cebu City Telefax No. (032)256 0422 Mcwdbac2@gmail.com Www.mcwd.gov.ph You May Visit The Website: For Downloading Of Bidding Documents: Www.mcwd.gov.ph January 22, 2024 Atty. Elson C. Englis Bac 2 Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 35.8 Million (USD 613.5 K)
Details: Description Invitation To Bid Contract Id No. 24go00020: Procurement Of One (1) Unit Truck Mounted Flood Mitigating Equipment Intended For Dredging Works And Other Related Flood Control Projects Of Dpwh - Ncr 1. The Department Of Public Works And Highways-national Capital Region, Through The Gaa 2024 Intends To Apply The Sum Of Thirty-five Million Eight Hundred Seventy Thousand Two Hundred Forty Pesos Only (php 35,870,240.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id No. 24go00020: Procurement Of One (1) Unit Truck Mounted Flood Mitigating Equipment Intended For Dredging Works And Other Related Flood Control Projects Of Dpwh - Ncr. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways-national Capital Region Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Contract Duration Of One Hundred Eighty (180) Calendar Days. The Bidder Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And 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 From The Department Of Public Works And Highways-national Capital Region And Inspect The Bidding Documents At The Address Given Below From 7:00 A.m. To 4:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 Until Before 9:00 A.m. Of February 21, 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 Twenty-five Thousand Pesos Only (p25, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Department Of Public Works And Highways-national Capital Region Will Hold A Pre-bid Conference On February 07, 2025 At 9:00 A.m. At The Ncr- Bac Conference Room, 2nd Floor, 2nd Street, Port Area, Manila, Or Via Zoom Meeting Id: 435 375 4517 Passcode: Ncr2022 Which Shall Be Opened To All Interested Parties. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 21, 2025 At 9:00 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 21, 2025 At 9:00 A.m. At The Ncr- Bac Conference Room, 2nd Floor, 2nd Street, Port Area, Manila, Or Via Zoom Meeting Id: 435 375 4517 Passcode: Ncr2022. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh-ncr 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: Emy P. Abello Head, Procurement Staff Dpwh-national Capital Region 2nd St. Port Area, Manila Tel. No. (02) 5304-3703 Dpwhncrbac1@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philippine Government Electronic Procurement System (philgeps) (www.philgeps.gov.ph) And Website Of The Department Of Public Works And Highways (www.dpwh.gov.ph) Date Of Issue: __________________ Jord Achaes R. David Chief, Administrative Division Bac Chairperson Dpwh-ncr 2nd St. Port Area, Manila Tel. No. (02) 5304-3703 David.jord_achaes@dpwh.gov.ph

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Closing Soon14 Feb 2025
Tender AmountPHP 44.4 Million (USD 759.4 K)
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Proposed Nep Of Cy 2025 Intends To Apply The Sum Of Forty-four Million Four Hundred Three Thousand Seven Hundred Seventy-four Pesos And Eighty-one Centavos (p 44,403,774.81) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Ncb-infra-isa83-25-egpip-cauayanp2 Name Of Project : Cauayan Clustered Spip Phase 02 Location : Cauayan, Isabela Name Of Contract : Construction Of Three(3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 44,403,774.81 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 22,201,887.41 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Two Hundred Ten (210) 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 National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 05, 2024 From Given Address And Website/s Below In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 12, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 26, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 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 December 26, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 05, 2024 – December 26, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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. If At The Time Of 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) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 05, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Closing Soon14 Feb 2025
Tender AmountPHP 44.4 Million (USD 759.4 K)
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Proposed Nep Of Cy 2025 Intends To Apply The Sum Of Forty-four Million Four Hundred Three Thousand Seven Hundred Seventy-four Pesos And Eighty-one Centavos (p 44,403,774.81) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Ncb-infra-isa85-25-egpip-cauayanp2 Name Of Project : Cauayan Clustered Spip Phase 02 Location : Cauayan, Isabela Name Of Contract : Construction Of Three(3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 44,403,774.81 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 22,201,887.41 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Two Hundred Ten (210) 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 National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 05, 2024 From Given Address And Website/s Below In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 12, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 26, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 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 December 26, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 05, 2024 – December 26, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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. If At The Time Of 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) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 05, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson

Department Of Agriculture Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 2.1 Million (USD 37.2 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Mushroom House Located Brgy. Basak, Mandaue City, Cebu And Brgy. Consolacion, Bais City, Negros Oriental 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Two Million One Hundred Eighty Thousand Pesos (₱2,180,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Mushrooom House Located At Brgy. Basak, Mandaue City, Cebu And Consolacion, Bais, City, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Mushroom House Located At Brgy. Basak, Mandaue City, Cebu And Brgy. Consolacion, Bais, City, Negros Oriental. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Building Permits, Occupancy And Clearances; Project Billboard/signboard; Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (pedestal Column); Structural Concrete (pedestal Column Footing, Wall Footing And Slab On Fill); Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Wall (amakan); Ceiling (welded Wire Mesh); Part E. Doors And Windows: Jalousie Window (glass); Frames(jambs And Mullion); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel ( Steel Post, Roof Beam And Mild Steel Plate); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (sagrod And Sway Brace); Metal Structure Accessories (fascia Framing W/ Fascia Board); Part I. Roofing Works: Corrugated Metal Roofing; Part J. Painting Works: Painting Works (metal Painting); Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Brgy. Basak, Mandaue City, Cebu And Brgy. Consolacion, Bais City, Negros Oriental. Completion Of The Works Is Required Within Ninety-five (95) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Leased Bar Cutter; One (1) Leased Welding Machine; And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two(2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of Two Thousand Five Hundred Pesos (2,500.00). 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 Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 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 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (column, Pedestal Column And Roof Beam); Structural Concrete (pedestal Column Footing, Bin Footing, Wall Footing And Slab On Fill) Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Ceiling (4.5mm Fiber Cement); Part E. Door And Window: Jalousie Window (glass); Frames (jamb); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (anchor Bolts); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascial Framing); Part I. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll, Hip Roll, Valley Roll And End Flashing); Part J. Painting Works: Painting Works (masonry Painting); Painting Works (metal Painting); Part K. Electrical Works: Conduits, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures And Lamps; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Espenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Brgy. Upper Cabangcalan, Lazi, Siquijor. Completion Of The Works Is Required Within Seventy-eight (78) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Leased Bar Cutter; One (1) Leased Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two(2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer . Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). 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 Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 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 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Closing Soon14 Feb 2025
Tender AmountPHP 44.3 Million (USD 759 K)
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Proposed Nep Of Cy 2025 Intends To Apply The Sum Of Forty-four Million Three Hundred Eighty Thousand Six Hundred Twenty-seven Pesos And Seventy-seven Centavos (p 44,380,627.77) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Ncb-infra-isa86-25-egpip-cauayanp2 Name Of Project : Cauayan Clustered Spip Phase 02 Location : Cauayan, Isabela Name Of Contract : Construction Of Three(3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 44,380,627.77 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 22,190,313.89 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Two Hundred Ten (210) 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 National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 05, 2024 From Given Address And Website/s Below In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 12, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 26, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 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 December 26, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 05, 2024 – December 26, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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. If At The Time Of 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) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 05, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson

NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Closing Soon14 Feb 2025
Tender AmountPHP 44.3 Million (USD 758.7 K)
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Proposed Nep Of Cy 2025 Intends To Apply The Sum Of Forty-four Million Three Hundred Fifty-eight Thousand Eight Hundred Forty-eight Pesos And Twenty-five Centavos (p 44,358,848.25) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Ncb-infra-isa77-25-egpip-malligp1 Name Of Project : Mallig Clustered Spip Phase 01 Location : Mallig, Isabela Name Of Contract : Construction Of Three(3) Units 15hp Solar Pv Submersible Pumping System At Various Locations Approved Budget For The Contract : P 44,358,848.25 License Category : General Engineering B; Specialty-well-drilling , Electrical Works, And Mechanical Works Size Range : Medium A In Irrigation, Well-drilling, Electrical Works, And Mechanical Works Fund Source : Establishment Of Groundwater Pump Irrigation Systems-nep Fy 2025 Contract Duration : 210 Calendar Days Slcc : P 22,179,424.13 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Two Hundred Ten (210) 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 National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 05, 2024 From Given Address And Website/s Below In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On December 12, 2024 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before December 26, 2024, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 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 December 26, 2024, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On December 05, 2024 – December 26, 2024 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management 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. If At The Time Of 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) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations 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: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website December 05, 2024 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
9521-9530 of 10000 active Tenders