Bridge Tenders
Bridge Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Guimaras District Engineering Office San Miguel, Jordan, Guimaras Invitation To Bid For 25ge0036 1. The Department Of Public Works And Highways, Guimaras District Engineering Office Through The General Appropriations Act (gaa) Fy 2025 Intends To Apply The Sum Of Six Million Eight Hundred Sixty Thousand Pesos And 0/00 Centavos (php6,860,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25ge0036 – Road Safety: Roadway Lighting – Installation/application Of Road Safety Facilities (roadway Lighting) At Specific Locations Along Rizal-jordan Wharf Rd (s00026gr) K0008 + (-632) – K0008 + 565. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Guimaras District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Road Safety: Roadway Lighting – Installation/ Application Of Road Safety Facilities (roadway Lighting) At Specific Locations Along Rizal-jordan Wharf Rd (s00026gr) K0008 + (-632) – K0008 + 565 Contract Id No. : 25ge0036 Locations : Rizal And Poblacion, Jordan, Guimaras Scope Of Works : Part B. Other General Requirements Part C. Earthworks Part F. Bridge Construction Part H. Miscellaneous Structures Approved Budget For The Contract : Php6,860,000.00 Contract Duration : 33 Cd 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. 4. 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 5. 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. 6. Interested Bidders May Obtain Further Information From The Dpwh, Guimaras District Engineering Office And Inspect The Bidding Documents At 2/f Bidding Room, Guimaras District Engineering Office, San Miguel, Jordan, Guimaras During Weekdays From 8:00 A.m. To 5:00 P.m. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 – February 18, 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 P 10,000.00. 8. 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. 9. The Department Of Public Works And Highways Guimaras District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 (tuesday) @ 2:00 P.m. At 2/f Bidding Room, Dpwh Guimaras District Engineering Office, San Miguel, Jordan, Guimaras Which Shall Be Open To Prospective Bidders. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_guimaras@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 (tuesday) At 9:00 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. 12. Bid Opening Shall Be On February 18, 2025 (tuesday) At 9:00 A.m. At 2/f Bidding Room, Dpwh, Guimaras District Engineering Office, San Miguel, Jordan, Guimaras. 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. 13. The Department Of Public Works And Highways Guimaras 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. 14. For Further Information, Please Refer To: Meredith L. Curtom Head, Procurement Unit Tel. No. 033-581-2061 Fax No. 033-331-9177 Dpwhguim04@yahoo.com Approved By: (sgd) Jamme Joe P. Monteclaro Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 6.8 Million (USD 118.5 K)
City Of San Carlos Tender
Textile, Apparel and Footwear
Philippines
Details: Description The Office Of The Department Of Education, San Carlos City, Pangasinan Is Need Of The Following: 1 Pc Iron Shotput For Boys - Iaaf Standard, 5kg. For Elem. 1 Pc Iron Shotput For Boys - Iaaf Standard, 6kg. For Sec. 1 Pc Discus For Girls - Fiberglass With Steel Rim, .75kg. For Elem., Iaaf Standard. 1 Pc Discus For Boys - Fiberglass With Steel Rim, 1.5kg, Elem., Iaaf Standard. 1 Pc Discus For Boys - Fiberglass With Steel Rim, 1.75kg For Sec., Iaaf Standard. 1 Pc Javelin For Boys - Iaaf Standard, Aluminum Steel Alloy, Imported, 400 Gms. For Elem. 1 Pc Javelin For Girls - Iaaf Standard Aluminum Steel Alloy, Imported, 600 Gms. For Sec. 1 Pc Javelin For Boys - Iaaf Standard, Aluminum Steel Alloy, Imported, 700 Gms. For Sec. 1 Pc Measuring Tape, 50m - Steel Tape, Imported, Iaaf Specification. 1 Pc Measuring Tape, 100m - Steel Tape, Imported, Iaaf Specification. 5 Pc Stop Watch For Timers 1 Pc Athletics Wood Clapper For Starter 4 Pair Athletics Spike Shoes, Size 36 5 Pair Athletics Spike Shoes, Size 37 8 Pair Athletics Spike Shoes, Size 38 9 Pair Athletics Spike Shoes, Size 39 3 Pair Athletics Spike Shoes, Size 40 6 Pair Athletics Spike Shoes, Size 41 2 Pair Athletics Spike Shoes, Size 42 3 Pair Athletics Spike Shoes, Size 43 1 Pair Athletics Spike Shoes, Size 44 25 Pair Blue Stix Padded Stick 25 Pair Red Stix Padded Stick 16 Pair Wooden Live Stick 1 Pc Red Stix Arnis Head Gear 1 Pc Blue Stix Arnis Head Gear 1 Pc Red Stix Arnis Body Gear 1 Pc Blue Stix Arnis Body Gear 4 Pcs Red Stix Arm Gear 4 Pcs Blue Stix Arm Gear 4 Pairs Stix Arnis Gloves 2 Pcs Male Stix Arnis Groin Guard 2 Pcs Female Stix Arnis Groin Guard 4 Pairs Blue Stix Arnis Upper & Lower Leg Guard 4 Pairs Red Stix Arnis Upper & Lower Leg Guard 6 Pc Stix Arnis Kick Pad 1 Pc Arnis Blue Body Armor 1 Pc Arnis Red Body Armor 9 Pair Arnis Aluminum Sword & Dagger 20 Tube Official Shuttle Cocks (feather) 4 Pcs Competition Cue (carbon) 1 Dozen Master (triangle) Chalk (brown) 1 Pc Mechanical Bridge (transparent) 1 Pc Billiards Felt Cloth 5 Set Chess Set (chessmat Vinyl) 8 Pcs Dgt Chess Clock 4 Set Rechargeable Aa Battery With Charger 4 Pcs Gymnastics Clubs Rubberized 4 Pcs Gymnastics Ball 4 Pcs Gymnastics Ribbon(3-6 Meter Length) 4 Pcs Gymnastics Hoops (82 Cm Diameter) 2 Pcs Gymnastics Trampoline( 48 Inches Diameter) 20 Pcs Table Tennis Rubber (purple) 20 Pcs Table Tennis Rubber (black Rubber With Blue Sponge) 1 Pack Table Tennistraining Ball For Secondary/ Elementary Players) 100pcs/pack 20 Box Table Tennis Balls (plastic And Celluloid Materials, 40 Mm (1.57 Inches) Diameter And Weigh 2.7 G) 3pcs/box 1 Pcs Table Tennis Robot 12 Pc Taekwondo Kicking Pad 2 Pair Taekwondo Arm Guard (small) 4 Pair Taekwondo Arm Guard (medium) 4 Pair Taekwondo Arm Guard (large) 4 Pair Taekwondo Arm Guard (xlarge) 2 Pair Taekwondo Shin Guard (small) 4 Pair Taekwondo Shin Guard (medium) 4 Pair Taekwondo Shin Guard (large) 4 Pair Taekwondo Shin Guard (xlarge) 7 Pc Taekwondo Head Gear (blue) With Face Shield (detachable) 7 Pc Taekwondo Head Gear (red) With Face Shield (detachable) 2 Pc Taekwondo Body Armor (size 1) 10 Pc Taekwondo Body Armor (size 2) 2 Pc Taekwondo Body Armor (size 3) 2 Pc Taekwondo Groin Guard Male (s) 9 Pc Taekwondo Groin Guard Male (m). 4 Pc Taekwondo Groin Guard Male (l) 2 Pc Taekwondo Groin Guard Female (s). 7 Pc Taekwondo Groin Guard Female (m) 3 Pc Taekwondo Groin Guard Female (l) 10 Pair Taekwondo Hand Gloves (m). 8 Pair Taekwondo Hand Gloves (l) 10 Pc Mouth Guard (medium) 10 Pc Mouth Guard (large) 4 Pair Lpss Sensing Socks (l) 4 Pair Lpss Sensing Socks (xl) 2 Pc Kix Kick Shield Power Trainer 2 Pc Digital Weighing Scale 2 Sets Wushu Sanda Protective Gear For Male (head Gear, Chest Protector, Groin Guard, Shin Guard With Foot Pad)size-small (1 Red 1 Blue)wushu Federation Approved 4 Sets Wushu Sanda Protective Gear For Male (head Gear, Chest Protector, Groin Guard, Shin Guard With Foot Pad)size-medium (2 Red 2 Blue)wushu Federation Approved 4 Sets Wushu Sanda Protective Gear For Female (head Gear, Chest Protector, Groin Guard, Shin Guard With Foot Pad)size-medium (2 Red 2 Blue)wushu Federation Approved 10 Pairs Boxing Gloves (10 Oz.) 20 Pcs Handwrap 40 Pcs Mouthguard (clear) 4 Pc Referee Whistle 6 Pcs Groin Guard Male (3 Small 3 Medium) 4 Pcs Groin Guard Female (2 Small 2 Medium) 1 Pc Icebox Cooler 6l 2 Pcs Sledgehammer 2 Pcs Punching Bags 120cm Height 2 Pcs Wall Mount Punching Bag Bracket 8 Pcs Volleyball Ball Va300w Official Size 5 Leather Volleyball 6 Pcs Volleyball Net V100 , Size: 32x3ft. 10x10cm Mesh 4 Pairs Volleyball Aluminum Alloy, Size:180*1cm, Color:white/red, 6kg 4 Pcs Pvc, Volleyball Table Score Board 2 Pairs Volleyball Linesman Referee Flag Stainless Steel 48 Pairs Volleyball Basic Knee Pad (black) 3 Pcs Basketball Ball Size 7 7 Pcs Basketball Ball Size 6 3 Pcs Sepak Takraw Ball Mt909 3 Pcs Sepak Takraw Ball Mt908 2 Pcs Football Ball Size 5, Imported, Pure Leather, Fifa Approved F5a5000
Closing Date11 Feb 2025
Tender AmountPHP 835.7 K (USD 14.4 K)
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+2Others, Construction Material
United States
Details: This Is A Sources Sought Synopsis For Little Rock Afb Base Pavements Idiq. Please Note That This Sources Sought Does Not In Any Way Obligate The Government To Award A Subsequent Contract. This Sources Sought Is For Market Research And Planning Purposes To Determine If Responsible Sources Exist And To Assist In Determining If This Effort Can Be Competitive.
experience Required Is As Follows:
- The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience With Airfield Maintenance/repair And Successfully Completing Work Types Listed Below On An Active Airfield.
- The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Chemical Detergent, Avion 50 (chemteck Incorporated), Or Equal For Rubber Removal From Airfield Pavements.
- The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Ultra-high Pressure, Low Volume Water Blasting Equipment For Paint Removal From Airfield Pavements.
- The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In New And Existing Layout, Preparation, And Painting Of Airfields And Roadways.
the Principal Features Of The Work For Airfield Pavements Shall Consist Of But Are Not Limited To The Following:
1. Temporary And Permanent Airfield Markings.
2. Install Erosion Control Measures.
3. Seal Joints.
4. Spall Repair.
5. Bitumen Rejuvenation.
6. Random Crack Repair.
7. Rubber Removal
8. Friction Testing
9. Remove And Disposal Of Concrete Pavements.
10. Remove, Crush, And Stockpile Concrete Pavements.
11. Asphalt Cold Milling And Disposal Of Milled Material.
12. Asphalt Cold Milling And Stockpile Milled Material
13. Placing, Grading, And Compacting Government Provided Crushed Concrete And Asphalt Millings.
14. Construction Of New Concrete Pavements.
15. Groove The Runway Surface.
16. Install New Tie-downs In New Or Existing Pavement.
17. Placing Hot Mix Asphalt.
18. Install Subdrains.
19. Grading Airfield Areas To Meet Airfield Criteria
20. Hydroseed And Or Sod Disturbed Areas.
21. Providing Temporary Airfield Lighting During Construction.
22. All Concrete Repairs Require Class F Fly Ash In Mix Design.
the Principal Features Of The Work For Civil Works Shall Consist Of But Are Not Limited To The Following:
1. Geographic Information Survey (gis) And As-built Drawings
2. Storm Water Pollution Prevention Plan (swppp) Implementation To Little Rock Afb And Arkansas Department Of Environmental Quality (adeq) Standards
3. Demolition Of Concrete, Asphalt And Various Structures
4. Concrete Work
5. Architectural Barriers Act (aba) And The Americans With Disabilities Act (ada) Ramps, Handrails, And Site Work
6. Site Work: Excavation To Grade, Grading, Compacting, Various Materials, Clearing & Grubbing, Selective Tree Cutting, And Demolition.
7. Landscape Establishment: Topsoil, Trees, Sodding, Seeding.
8. Concrete Joint Sealant
9. Asphalt Maintenance: Crack Sealant, Rejuvenation, Slurry Seal
10. Bollard Installation- Various Types Including Lighted
11. Valve, Meter, Hydrants Adjustments
12. Arkansas Highway And Transportation Department (ahtd) Standards Roadway Construction
13. Asphalt Construction
14. Asphalt Cold Milling
15. Roadway Maintenance Of Traffic And Traffic Control Devices
16. Lrafb, Ahtd, And Federal Highway Administration (fhwa) Pavement Markings And Signage
17. Culvert Installation, Modifications, And Safety End Sections
18. Drop Inlet, Curb Inlet, Junction Box Repair, Adjustments, Installation And Modifications
19. Underdrain Installation
20. Concrete Steps And Sidewalks
21. Traffic Detection Loop Installation And Repair
22. All Exterior Concrete Repairs Require Class F Fly Ash In Mix Design.
performance Location: Little Rock Afb, Ar And Remote Locations Blackjack Drop Zone Near Romance, Ar; All American Landing Zone Camp Robinson, Ar; And Communication Site Near Cabot, Ar.
period Of Performance (pop): The Period Of Performance Is Expected To Be Either:
one (1) Twelve (12) Month Base Contract Period With Five (5) Twelve (12) Month Option Periods Or
one (1) Twenty-four (24) Month Base Contract Period With Four (4) Twelve (12) Month Option Periods
naics Codes: The Base Pavements Idiq Will Be Within The Following North American Industry Classification System (naics) Code Sectors And Subsectors:
sector/subsector Size Standard
sector 23 – Construction
subsector 237 – Heavy And Civil Engineering Construction $39.5m
237310 – Highway, Street, And Bridge Construction $39.5m
this Is A Sources Sought Synopsis Only And Not A Request For Proposal (rfp). No Solicitation Is Being Issued At This Time And This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. Contractors Are Highly Encouraged To Submit A Package Containing The Information Below To The Government As A Result Of This Sources Sought Notice. Responses Will Not Be Returned. No Entitlement To Payment Of Any Costs To The Government Will Arise As A Result Of Contractor Submission Of Responses Or The Government’s Use Of Such Information. Information Requested Is For Sources That Have The Capability And Financial Means To Handle An Indefinite-delivery Indefinite-quantity For Airfield Pavements/civil Works That Allows Civil Engineering To Have Projects Accomplished At An Accelerated Pace Without Competition Utilizing A Pre-priced Contract With Line Items.
information Requested Outlined In The Below Paragraphs Is To Be Emailed To Ms. Jennifer Bradford At Jennifer.bradford.2@us.af.mil, Sra Lucas Navas At Lucas.navas@us.af.mil, Ms. Rachel Italiano At Rachel.italiano.1@us.af.mil, And Mr. Arthur Brown At Arthur.brown.17@us.af.mil, No Later Than 7 January 2025, 1:00 P.m. Cst.
in Accordance With Far 52.204-7 – System For Award Management, Contractors Must Be Registered In The System For Award Management (sam) Database Via Https://sam.gov. Prime Contractors Must Be Us-owned Entities Who Intend To Submit A Package For This Sources Sought.
1. Company Information:
-name
-business Address
-point Of Contact
-telephone Number
-e-mail Address
-uei Number / Cage Code Number
-business Size In Relation To The Naics Code Size Standard Assigned To This Acquisition
-number Of Employees
-number Of Years In Business, Etc.
-a Positive Statement Of Your Intention To Submit A Proposal For This Solicitation As A Prime Contractor.
2. Socio-economic Status (e.g., Small Business, Hubzone, 8(a), Service Disabled Veteran Owned Small Business (sdvosb)), And Any Associated Documents Of Such Status, Certification Or Approvals.
3. Prime Contractors Shall Be Capable Of Securing Bonding Up To The Amount Of The Task Order (payment, Performance, Etc…). Provide Your Bonding Capacity Per Contract And Aggregate.
4. Provide A Point Of Contact To Assist In Market Research To Determine Solicitation Set-aside, If Any.
5. Demonstrate Your Ability To Execute Multiple Task Orders Concurrently
6. Summarize Projects That Show Your Capabilities And Past Performance. The List Of Relevant Projects May Include Names Of Project Team Members And Firm, Point Of Contact (contracting Officer And Quality Assurance Evaluator/inspector) With Titles, Phone Numbers, Project Scope, Type Of Contract, And Percentage Of Work Completed As The Prime Contractor.
all Of The Above Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Small Business Concerns.
Closing Date7 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Lanao Del Norte 2nd District Engineering Office 0054 Seminary Drive, Del Carmen, Iligan City, Region X Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0071– Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1644+298-k1644+363, Nunungan, Lanao Del Norte Abc – Php 4,917,640.00 2. 25kf0072– Local Program-national Building Program-building And Other Structures – Multi-purpose/facilities Construction Of Dpwh Office Building, Dpwh Lanao Del Norte 2nd Deo, Lala, Lanao Del Norte Abc – Php 49,499,834.11 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1644+298-k1644+363 Contract Id No. : 25kf0071 Locations : Nunungan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 4,917,640.00 Contract Duration : 116 Cd Cost Of Bidding Document : Php 5,000.00 2.name Of Contract : Local Program-national Building-building And Other Structures – Multi-purpose/facilities Construction Of Dpwh Office Building, Dpwh Lanao Del Norte 2nd Deo, Lala, Lanao Del Norte Contract Id No. : 25kf0072 Locations : Lala, Lanao Del Norte Scope Of Works : Part 1: Facilities For The Engineer; Part Ii: Other General Requirements; Part Iii: Civil Mechanical, Electrical And Sanitary/ Plumbing Works: Part A: Earthworks; Part B: Plain And Reinforced Concrete Works; Part C: Finishing And Other Works; Part D: Electrical Works Approved Budget For The Contract : Php 49,499,834.11 Contract Duration : 225 Cd Cost Of Bidding Document : Php 25,000.00 Iii. 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 Up To Medium 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. Iv. 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. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 5, 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. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. 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. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before February 5, 2025 At 2:00 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. Xi. Bid Opening Shall Be On February 5, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan 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. Xii. The Dpwh - Lanao Del Norte 2nd 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. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: January 17-23, 2025 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw020
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.1 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0112 Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0088 + 596 - K0091 + 537 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 144,749,994.03 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0088 + 596 - K0091 + 537. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0088 + 596 - K0091 + 537 Contract Id No. : 25gk0112 Locations : Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Subbase And Base Course Part E: Surface Courses Part F: Bridge Construction Part H: Miscellaneous Structures Approved Budget For The Contract : Php 144,749,994.03 Contract Duration : 162 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. 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 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 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 Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 4, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. 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 The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 17, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 144.7 Million (USD 2.5 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0114 Preventive Maintenance Of Road: Asphalt Overlay - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0098 + 000 - K0099 + 194, K0099 + 639 - K0102 + 462 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 142,337,493.55 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0098 + 000 - K0099 + 194, K0099 + 639 - K0102 + 462. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0098 + 000 - K0099 + 194, K0099 + 639 - K0102 + 462 Contract Id No. : 25gk0114 Locations : Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part E: Surface Courses Part F: Bridge Construction Part H: Miscellaneous Structures Approved Budget For The Contract : Php 142,337,493.55 Contract Duration : 162 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. 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 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 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 Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 4, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. 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 The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 17, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 142.3 Million (USD 2.4 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0124 Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd (old Route) - K0074 + 800 - K0076 + 666 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 144,267,491.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd (old Route) - K0074 + 800 - K0076 + 666. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd (old Route) - K0074 + 800 - K0076 + 666 Contract Id No. : 25gk0124 Locations : Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Subbase And Base Course Part E: Surface Courses Part F: Bridge Construction Part H: Miscellaneous Structures Approved Budget For The Contract : Php 144,267,491.50 Contract Duration : 162 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. 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 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 To February 19, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 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 Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. 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 The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 19, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 144.2 Million (USD 2.4 Million)
Province Of Pangasinan Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Asphalting/blocktopping Of Roads At Various Municipalities In The 5th District Of Pangasinan Project Identification No.: Pang-2025-01-0010-cw 1. The Provincial Government Of Pangasinan, Through The Construction, Repair & Maintenance Of Various Roads And Bridges (pr#2025-01-00009) Intends To Apply The Sum Of Fifty Million Pesos (p50,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Asphalting/blocktopping Of Roads At Various Municipalities In The 5th District Of Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Pangasinan Now Invites Bids For Asphalting/blocktopping Of Roads. Completion Of The Works Is Required Fifty-two (52) Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulation (irr) Of Republic Act (ra) 9184), Otherwise Known As The “government Procurement Reform Act” Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60% Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Provincial Government Of Pangasinan And Inspect The Bidding Documents At The Address Given Below During January 14, 2025 – February 5, 2025; 8:00 Am To 5:00pm And February 6, 2025; 8:00 Am To 10:00am. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 14, 2025 – February 5, 2025; 8:00 Am To 5:00pm And February 6, 2025; 8:00 Am To 10:00am; At The Bac Office, 2nd Floor Malong Building, Lingayen, Pangasinan And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (p25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Provincial Government Of Pangasinan Will Hold A Pre-bid Conference On January 23, 2025; 10:00 Am At Conference Room, 2nd Floor Malong Building, Capitol Compound, Lingayen, Pangasinan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before On February 6, 2025; 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 6, 2025; 10:00am At Conference Room, 2nd Floor, Malong Building, Capitol Compound, Lingayen, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Provincial Government Of Pangasinan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Melicio F. Patague Ii Provincial Administrator Bac Chairman Provincial Administrator Capitol Building, Capitol Compound Lingayen, Pangasinan Marlon C. Operaña Provincial Accountant Bac Technical Working Group Provincial Accountant Finance Building, Capitol Compound Lingayen, Pangasinan Rhodyn Luchinvar O. Oro Pdrrm Officer Bac Secretariat Bac Office 2nd Floor Malong Building, Capitol Compound Lingayen, Pangasinan 075 6327840 _________________________ Melicio F. Patague Ii Provincial Administrator Bac Chairman
Closing Date6 Feb 2025
Tender AmountPHP 50 Million (USD 855.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Notice Of Small Value Procurement For Consulting Services Request For Proposal (rfp) The Department Of Public Works And Highways (dpwh)-surigao Del Norte 1st District Engineering Office, Through The Bids And Awards Committee (bac) And Through Gaa 2025 Fund (pde), Intends To Apply The Sum Stated Below The Approved Budget For The Contract (abc) To Payment For The Said Contract, Hereby Notifies Dpwh Qualified Consultants, To Submit Proposals For The Herein Contract Through Alternative Method Of Procurement Under Negotiated Procurement (small Value Procurement), Viz Contract Id : 25csnf02 Name Of Contract : Cluster 2025 - 2 A. Consulting Services For The Conduct Of Geotechnical/soil Exploration For The Construction Of Road Slope Protection Structure Along Barangay Salvacion, Pilar, Surigao Del Norte B. Consulting Services For The Conduct Of Geotechnical/soil Exploration For The Replacement Of Permanent Weak Bridges Maasin Br (b00012sg) Along Jct. Osmeña - Pilar Rd, Maasin, Pilar, Surigao Del Norte C. Consulting Services For The Conduct Of Geotechnical/soil Exploration For The Construction Of Road Slope Protection Structure Along Barangay Datu - San Roque Road, Pilar, Surigao Del Norte D. Consulting Services For The Conduct Of Geotechnical/soil Exploration For The Construction Of Slope Protection Structure Along Dapa To Sitio Lobo - Barangay 12 Phase 1, Dapa, Surigao Del Norte Project Description : Conduct Of Soil Exploration And / Or Geotechnical Investigation Abc : ₱ 720,000.00 Duration : 60 Calendar Days The Schedule Of Key Procurement Activities Are As Follows: Activity Date/time Place & Websites 1.issuance Of Bid Documents January 21, 2025 (from 8a.m. To 5p.m.) *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph 2. Submission Of Proposals And Eligibility Docs & Opening Of Technical Proposal And Eligibility Deadline @10:00 A.m. January 28, 2025 January 28, 2025 @10:01 A.m. *bac Unit, Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte *conference Room, Dpwh Building, Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte 3. Opening Of Financial Proposals @10:01a.m. February 4, 2025 * Conference Room, Dpwh Building, Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Bidding Documents Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend. Bids Received In Excess Of The Abc Shall Be Declared Non-complying At Bid Opening. Late Bids Shall Not Be Accepted. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation (qcbe). Only Bids Whose Technical Passing Score Of Eighty (80) Points Shall Have Their Financial Proposals Be Opened And Evaluated. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instruction Of The Bidder. The Dpwh-surigao Del Norte 1st District Engineering Office Reserves The Right To Accept Or Reject Any And All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability Or Obligation To The Affected Bidders Or Bidder. For Further Information, Please Refer To: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph; Sdn2bacdapa@yahoo.com Dpwhsurigaodelnorte1st@gmail.com 09308857066 You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph January 17, 2025 Date Of Issue Sgd. Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: January 21-27, 2025 Philgeps & Dpwh Websites Dpwh Sdn 1st Deo Bulletin Board
Closing Date28 Jan 2025
Tender AmountPHP 720 K (USD 12.2 K)
Province Of Pangasinan Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Nansangaan-dagupan Via Calmay Road At Brgy. Canaoalan, Binmaley, Pangasinan Project Identification No.: Pang-2024-12-1739-cw 1. The Provincial Government Of Pangasinan, Through The Construction, Repair & Maintenance Of Various Roads And Bridges (pr#2024-12-9518) Intends To Apply The Sum Of Five Million Three Hundred Thirty-five Thousand Pesos (p5,335,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Nansangaan-dagupan Via Calmay Road At Brgy. Canaoalan, Binmaley, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Pangasinan Now Invites Bids For Rehabilitation Of Road. Completion Of The Works Is Required Forty-five (45) Calendar Days. Bidders Should Have Completed, Within Ten (10) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulation (irr) Of Republic Act (ra) 9184), Otherwise Known As The “government Procurement Reform Act” Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60% Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Provincial Government Of Pangasinan And Inspect The Bidding Documents At The Address Given Below During December 17, 2024 – January 6, 2025; 8:00 Am To 5:00pm And January 7, 2025; 8:00 Am To 10:00am. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders December 17, 2024 – January 6, 2025; 8:00 Am To 5:00pm And January 7, 2025; 8:00 Am To 10:00am; At The Bac Office, 2nd Floor Malong Building, Lingayen, Pangasinan And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Six Thousand Pesos (p6,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Provincial Government Of Pangasinan Will Hold A Pre-bid Conference On December 26, 2024; 2:00 Pm At Conference Room, 2nd Floor Malong Building, Capitol Compound, Lingayen, Pangasinan, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before On January 7, 2025; 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 7, 2025; 10:00am At Conference Room, 2nd Floor, Malong Building, Capitol Compound, Lingayen, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Provincial Government Of Pangasinan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Melicio F. Patague Ii Provincial Administrator Bac Chairman Provincial Administrator Capitol Building, Capitol Compound Lingayen, Pangasinan Marlon C. Operaña Provincial Accountant Bac Technical Working Group Provincial Accountant Finance Building, Capitol Compound Lingayen, Pangasinan Rhodyn Luchinvar O. Oro Pdrrm Officer Bac Secretariat Bac Office 2nd Floor Malong Building, Capitol Compound Lingayen, Pangasinan 075 6327840 _________________________ Melicio F. Patague Ii Provincial Administrator Bac Chairman
Closing Date7 Jan 2025
Tender AmountPHP 5.3 Million (USD 91.9 K)
8431-8440 of 8642 archived Tenders