Bridge Tenders
Bridge Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 92.3 Million (USD 1.5 Million)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 5. Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Leading To The New Carmona City Hall, Carmona City, Cavite Contract Id No. : 25dq0076 Contract Location : Carmona City, Cavite Scope Of Works : Construction Of Concrete Road Approved Budget For The Contract : Php 92,350,406.97 Net Length : 1,138.172 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09, 2025 – January 30, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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 Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On January 17, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph January 09, 2025 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
Details: Description Indicative Invitation To Bid Early Procurement Activities (epa) 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 7. Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road, Phase 10, Barangay Paliparan Iii-barangay Paliparan Ii , Dasmariñas City, Cavite Contract Id No. : 25dq0060 Contract Location : Dasmariñas City, Cavite Scope Of Works : Construction Of Concrete Road And Construction Of Road Slope Protection Structure Indicative-approved Budget For The Contract : Php 144,749,951.36 Net Length : 605.00 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11, 2024 – January 03, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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 Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On December 19, 2024 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 03, 2024 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 03, 2024 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph December 11, 2024 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 48.9 Million (USD 844.3 K)
Details: Description Indicative Invitation To Bid Early Procurement Activities (epa) 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 3. Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Connecting Barangay Lumil And Barangay Cabangaan, Silang, Cavite Contract Id No. : 25dq0056 Contract Location : Silang, Cavite Scope Of Works : Construction Of Concrete Road And Construction Of Road Slope Protection Structure Indicative-approved Budget For The Contract : Php 48,999,919.60 Net Length : 200.00 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 255 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11, 2024 – January 03, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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 Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On December 19, 2024 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 03, 2024 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 03, 2024 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph December 11, 2024 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 92.3 Million (USD 1.5 Million)
Details: Description Indicative Invitation To Bid Early Procurement Activities (epa) 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 5. Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Leading To The New Carmona City Hall, Carmona City, Cavite Contract Id No. : 25dq0058 Contract Location : Carmona City, Cavite Scope Of Works : Construction Of Concrete Road Indicative-approved Budget For The Contract : Php 92,350,429.24 Net Length : 1,138.172 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11, 2024 – January 03, 2024 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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 Department Of Public Works And Highways (dpwh) Cavite 3rd District Engineering Office, Will Hold A Pre-bid Conference On December 19, 2024 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 03, 2024 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 03, 2024 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 3rd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph December 11, 2024 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
BIG St Dtebau GmbH, Treuh Nderische Beauftragte Der Stadt Oranienburg Tender
Others
Germany
Closing Date2 Feb 2025
Tender AmountRefer Documents
Details: The city of Oranienburg intends to rehabilitate a branch of the Havel and design the adjacent shore areas of the Pferdeinsel, as well as to connect the Pferdeinsel as a local recreation area to the city center to the north by means of a pedestrian bridge. In recent years, multi-storey residential buildings have been built north of the oxbow around a former warehouse building, the renovation of which was only recently completed. In addition, to the north of the oxbow is the site of a boating club with various structures and jetties in the water. The Pferdeinsel is designed as an extensive park and has a more or less closed tree population. The existing closed shore forest on the Pferdeinsel in the area between the water and the existing shore path is to be preserved, but subjected to stock maintenance, with invasive species and wild growth being removed. The careful development of open areas within the vegetation should enable the creation of recreational areas with seating. These will be connected to the existing network of paths on the horse island. A pedestrian bridge is to be built to connect the horse island from the north. A pedestrian connection between the bridge and the main network of paths on the horse island is planned, as well as the upgrading of the adjacent areas of the structure. The riverbank areas are to be upgraded with sustainable, natural and site-adapted planting, taking suitable safety measures into account. The planning services for the new construction of the bridge, the design of the outdoor areas and the renovation of the water body have already been awarded. As part of the involvement of the public interest groups, statements have been received from the district, in particular from the lower nature conservation authority, which requires an examination and assessment of the area under species protection law as a basis for reaching agreement for the implementation of the measure. The study area covers a total area of around 7,100 m², of which around 3,200 m² are the water and 3,900 m² are the banks and the newly designed outdoor areas. The services described below are to be provided, whereby the commissioning of service module 2 or parts thereof is reserved depending on the results of service module 1 and is to be offered optionally. Service module 1 - Species protection potential analysis and impact forecast - Relevance check of planning-relevant species in accordance with the Habitats Directive and the Birds Directive - On-site overview inspection to estimate the scope of the study incl. Recording of valuable habitats and traces of protected species - inventory data research - recording of chance observations of species protected under the FFH Directive - documentation in text, maps, photographs - examination of a boathouse for the presence of bat winter quarters - coordination of further tests with the responsible nature conservation authority Service module 2 - specialist contribution under species protection law (optional service) If the potential analysis under species protection law provides indications of the presence of protected species or species worthy of protection, a specialist contribution under species protection law is to be prepared. - Detailed floristic biotope mapping - Detailed faunistic mapping of mammals (beavers, otters, bats, etc.), breeding birds, amphibians, reptiles, mollusks, entomofauna - Documentation of the mapping in text, map and photographs - Examination of prohibitions according to Section 44 Bnatschg, examination and presentation of whether prohibitions can be avoided or whether exceptions exist - Special species protection assessment to avert the prohibitions of Section 44 Bnatschg, presentation of avoidance and mitigation measures, advanced compensatory measures, compensation measures - Preparation of an impact and compensation balance
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: Amendment 1: Projnet Information Added Below solicitation Number: W912ee25o0001 set Aside – Total Small Business title: Indefinite Delivery Type (idc) Contract For Automated Hydrographic Surveying For Gage And Discharge Measurements And In Support Of The Maintenance Dredging Program Within The Geographic Boundaries Of The Mississippi Valley Division this Pre-solicitation Notice Is For Interested Firms To Submit Their Sf 330 By 19 February 2025 14:00 Hours, Cst. Firms Will Be Selected For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. This Is Not A Request For Proposal. 1. W912ee - Contract Information: Sf 330s Are Due By 14:00 Hours On 19 February 2025. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work. Three (3) Indefinite Delivery Contracts (idcs) Will Be Negotiated And Awarded As A Result Of This Solicitation. These Contracts Will Share A $15m Cumulative Capacity And Will Comprise A Multiple Award Task Order Contact (matoc). Each Contract Will Have A Performance Period Of Five (5) Years From The Date Of Contract Award Or Exhaustion Of The Cumulative Matoc Capacity Of $15 Million, Whichever Comes First. Each Contract Awarded As A Part Of The Matoc Will Have A $1,000 Minimum Guarantee. the Work Will Be Accomplished Primarily Within The Vicksburg District But May Be Within The Mississippi Valley Division (mvd) And Other Areas As Needed To Support The Mission Of The Us Army Corps Of Engineers. work Will Be Issued By Negotiated Firm Fixed-price Or Labor-hour Task Orders. It Is Anticipated That The Estimated Workload For Each Year Will Be Approximately $3.0 Million. The Cumulative Total Of Task Orders Issued Over The Life Of The Matoc Shall Not Exceed The Capacity Of $15.0 Million. Allocation Of Task Orders Will Be Based On Specialized Experience, Past Performance, Project Schedules, And/or Current Workload. Work Will Be Issued By Negotiated Firm Fixed-price Or Labor-hour Task Orders. this Announcement Is A Total Small Business Set-aside, Which Includes Small Disadvantaged Businesses, Section 8(a) Firms, Hubzone Small Businesses, Women-owned Small Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, And Historically Black Colleges Or Universities/minority Institutions. The Small Business Size Standard For Surveying And Mapping Services Is $19.0 Million, Naics Code 541370 For Surveying And Mapping Services. 2. Project Information: The Work Consists Of Providing Professional Services As Required In Connection With Automated Hydrographic Surveying, Including Both Single-beam And Multi-beam Methods, And Automated Topographic Surveying In Support Of The Vicksburg District Maintenance Dredging And Mat Sinking Operations At Various Locations Primarily Within The Limits Of The Vicksburg District But May Include Any District Within Mvd. Automated Real-time Kinematic (rtk) Differential Gps Hydrographic Surveys And Automated Topographic Surveys Will Be Required On The Mississippi River, Its Tributaries, And Smaller Rivers And Streams And Associated Harbors. adcp Surveys For The Acquisition Of River Current And Discharge Data May Be Required For Acquisition Of Current And Flow Patterns At Locks And Dams, Around Dikes, Bridge Piers Or Obstructions In Channels. The Work Consists Of Taking A Defined Number Of Discharge Measurements On A Routine Basis Along The Mississippi, Red, And Ouachita Rivers. The Measurements Will Be Taken With The Use Of An Acoustic Doppler Current Profiler (adcp) And A Single Beam Depth Sounder. The Data Collected Will Be Imported Into Personal Computer Software Specifically Designed To Calculate And View Flow Measurements. The Proposal Shall Include The Contractor’s Software(s) To Be Employed Under This Solicitation If Selected. The Work Will Also Require Collecting Daily Water Stage Data At Approximately 50 Gaging Sites Throughout The Vicksburg District And Reporting Information Daily And Monthly To The Vicksburg District. Additional Work Will Consist Of Maintenance Of Permanent Reference Elevation Markers At Each Gaging Site And Infrequent Collection Of Suspended Sediment Samples At Specific Discharge Ranges. Extreme Flow Conditions May Require A Combination Of The Adcp, A Single Beam Depth Sounder, And Differential Gps. The Contractor May Be Required To Take Special Purpose Flow Pattern And Discharge Measurements At Lock And Dam Locations. The Contractor May Be Required To Verify His System By Comparison With Conventional Discharge Methods. All Measurements Will Be In English Units. 3. Selection Criteria: Selection Will Be Based On The Following Criteria, Which Are In Descending Order Of Importance With A And B Being Of Equal Value. Criteria A Through F Are Primary; Criteria G Is Secondary And Will Only Be Used As A "tie-breaker," If Necessary. a. Specialized Experience With Sub-factors In Descending Order Of Importance: (1) Firm Must Have Prior Recent Experience In Automated Hydrographic Surveying In Streams Ranging In Size From The Mississippi River To Small Creeks, Oxbows, And Canals. (2) Firm Must Have Prior Recent Experience In Topographic, Construction, And Maintenance Dredging Surveys. Firm Should Demonstrate The Capability To Provide All Services In A Timely, Professional Manner And In A Format Consistent With Corps Of Engineers Cadd/gis Systems By Submission Of Examples Of Completed Work. (3) Firm Must Have Prior Recent Experience In Horizontal And Vertical Control Surveys. (4) Firm Must Have Experience In Adcp Hydrographic Surveying With Data Collection Integrating A Single Beam Depth Sounder And Differential Gps Positioning. (5) Firm Must Have Experience In Collecting Discharge Measurements By Conventional Methods. (6) Firm Must Have Experience In Collecting And Analyzing Suspended Sediment Samples From River Streams Ranging In Size From The Mississippi River To Small Creeks, Oxbows, And Canals. b. Professional Qualifications With Sub-factors In Descending Order Of Importance: (1) Firm Must Have At Least One Professionally Registered Land Surveyor In Arkansas, Mississippi And Louisiana. (2) Firm Must Delineate The Capability, Background, And Experience Of The Key Personnel Within The Firm Who Will Be Responsible For The Administration Of The Contract And Should Indicate The Ability To Ensure The Successful Performance Of The Work Required. (3) Firm Must Clearly Demonstrate The Availability Of Adequate Numbers Of Experienced Personnel To Perform The Various Tasks Associated With Automated Hydrographic Surveys, Automated Topographic Surveys, Adcp Data Collection And With Dredge Alignment Surveys. c. Past Performance With Subfactors In Descending Order Of Importance: (1) Consideration Will Be Given To Ratings On Previous Dod Contracts. (2) Consideration Will Be Given To The Performance Of Firms That Have Experience With Other Dod Organizations In The Type Of Work Required Under This Contract And Work Of Similar Nature, Complexity, And Difficulty. d. Capacity With Sub-factors In Descending Order Of Importance: (1) Firm Must Clearly Demonstrate The Ability To Respond To Emergency Dredge Alignment Survey Requirements Which May Require Commencement Of Field Work On Less Than 8 Hours’ Notice, Onboard And/or Real-time Plot Of Unedited Data, Analysis Of Plotted/graphed/printed Data, Setting Of Dredge Alignment Points With Determination Of Coordinates, And May Require Submittal Of Final Plotted Survey Within 24 Hours Of Completion Of Field Work. Firm Must Clearly Indicate The Capability In Writing Or Through Demonstration, If Required, To Respond On Short Notice To Emergency Dredging Requirements. This Includes Travel To The Job Site, Completion Of Fieldwork, Field Plotting Of Information, And Setting Of Survey Control Points For Dredge Alignment As Directed. (2) Firm Must Clearly Demonstrate The Accuracy And Speed Of Data Collection, Editing, Processing, Plotting, And Output Of Final Submission. (3) Firm Must Clearly Demonstrate The Availability Of All Incidentally Required Equipment Such As Tools, Markers, Stakes, Paint, Boats, Vehicles, Spare Units, Etc. (4) Firm Must Clearly Demonstrate The Capability To Furnish A Minimum Of Two Complete And Independent Automated Hydrographic Survey Parties As Well As A Two-man Adcp Hydrographic Survey Party With All Necessary Equipment And Supplies, Including Boat. e. Knowledge Of The Locality. Consideration Will Be Given To Familiarity With The Waterways Of The Vicksburg District. f. Dod Contract Awards In The Past 12 Months; The Greater The Award The Lesser The Consideration. g. Geographic Proximity To Vicksburg Mississippi. 4. Submission Requirements: Interested Firms Having The Capabilities For This Work Must Send One Electronic Copy Of Their Sf-330, Along With A Signed Sf-330 Part Ii For Each Prime And Subconsultant Listed. Sf-330 Packages Should Be Sent To: Mvkaecoordinator@usace.army.mil And Kasey.t.davis@usace.army.mil No Later Than 14:00 Hrs, Cst, On 19 February 2025. Include Both The Solicitation Number And The Company’s Uei On All Submittals. note The Following Restrictions On Submittal Of Sf330; Block E – Resumes Of Key Persons, Specialist And Individual Consultants Anticipated For This Project Will Be Limited To A Maximum Of 20 Pages (one Side). Block H—additional Information Will Be Limited To A Maximum Of 20 Pages (one Side). Pages In Excess Of The Maximum Of 20 Will Be Discarded And Not Used In Evaluation. All Telephone Calls Should Be Directed To Ms. Lane Vargas, (601) 631-7021. appointments Will Not Be Scheduled To Discuss This Announcement. this Is Not A Request For Proposal (rfp). A Fee/price Solicitation Will Be Issued At A Later Date, To The (3) Firms Determined To Be The Most Highly Qualified. ****note: Contractors Must Be Registered In The System For Award Management (sam), For Information See Http: Www.sam.gov. all Technical Inquiries And Questions Related To This Solicitation Shall Be Submitted Via Projnet. technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Bidder Inquiry In Projnet At (https://www.projnet.org). Bidders Are Encouraged To Submit Questions 5 Days Prior To Bid Opening To Ensure Adequate Time Is Allotted To Form An Appropriate Response And Amend The Solicitation, If Necessary. To Submit And Review Inquiry Items, Prospective Vendors Will Need To Use The Bidder Inquiry Key Presented Below And Follow The Instructions Listed Below The Key For Access. A Prospective Vendor Who Submits A Comment /question Will Receive An Acknowledgement Of Their Comment/question Via Email, Followed By An Answer To The Comment/question After It Has Been Processed By Our Technical Team. all Timely Questions And Approved Answers Will Be Made Available Through Projnet. the Solicitation Number Is: W912ee25o0001 the Bidder Inquiry Key Is: 8c547q-zn4769 specific Instructions For Projnet Bid Inquiry Access: 1. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen.
2. Identify The Agency. This Should Be Marked As Usace.
3. Key. Enter The Bidder Inquiry Key Listed Above.
4. Email. Enter The Email Address You Would Like To Use For Communication.
5. Click Continue. A Page Will Then Open Saying That A User Account Was Not Found And Will Ask You To Create One Using The Provided Form.
6. Enter Your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, And Time Zone. Make Sure To Remember Your Secret Question And Answer As They Will Be Used From This Point On To Access The Projnet System.
7. Click Add User. Once This Is Completed You Are Now Registered Within Projnet And Are Currently Logged Into The System. specific Instructions For Future Projnet Bid Inquiry Access: 1. For Future Access To Projnet, You Will Not Be Emailed Any Type Of Password. You Will Utilize Your Secret Question And Secret Answer To Log In.
2. From The Projnet Home Page Linked Above, Click On Quick Add On The Upper Right Side Of The Screen.
3. Identify The Agency. This Should Be Marked As Usace.
4. Key. Enter The Bidder Inquiry Key Listed Above.
5. Email. Enter The Email Address You Used To Register Previously In Projnet.
6. Click Continue. A Page Will Then Open Asking You To Enter The Answer To Your Secret Question.
7. Enter Your Secret Answer And Click Login. Once This Is Completed You Are Now Logged Into The System.
Offizielle Bezeichnung Tender
Others...+1Civil And Construction
Germany
Closing Date16 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – general guidelines, standard rules, open procedure (construction work) Replacement building for the Erich Kästner School in Marburg, scaffolding work for the new building The school complex of the Erich Kästner School in Marburg-Cappel currently consists of several buildings. The formal language of the individual buildings, some of which are interconnected by connecting corridors and buildings, is typical for the construction period. The overall picture is amorphous. An overall design concept cannot be recognized. The heterogeneous overall picture means that the school lacks an “address”, a clearly defined entrance. The space available no longer covers demand. Parts of the afternoon care had to be relocated to the community center. The implementation of contemporary educational concepts is not possible in the existing floor plan structures. In addition, the existing buildings B and K have significant deficiencies such as a lack of accessibility, functional and organizational deficits, static deficiencies, inadequate fire protection and the need for energy-related renovation. Based on the above points, it was decided to demolish buildings B and K and replace them with a new building, which would also include the additional rooms for care and the cafeteria. In addition to eliminating the above deficiencies, the new building will also give the school a recognizable "address" with a well-placed main entrance. Buildings A, G, F, H and I will remain. Building A houses the administration, the teachers' room and 3 therapy rooms. The rooms in building G are used as specialist classes for music and crafts. Buildings H and I are used by the special needs school. Building A will have a small extension with technical rooms and additional storage space. The existing building G will have an emergency staircase as a second escape route with access to the room on the ground floor that is currently used as a common room. Project description extension Building B, which is currently adjacent to building A, will be demolished. Part of the basement of building B will remain standing and will serve as the floor slab for a new single-storey extension to the existing building A. Static additions must be made to the shell at the demolition edges of the remaining basement. The new extension is planned to be built using timber construction, with timber frame walls (partially insulated) and a roof structure with roof beams, timber formwork and foil sealing. The outer walls will have a suspended, ventilated timber cladding. In the area where building B is to be demolished, the existing gable roof of building A must be supplemented with timber rafters and tile covering. The newly planned extension will include a technical room for the new house connection for the electrical supply to the Erich Kästner School area, as well as a technical room for the heating supply to building A. A storage room will also be created for the school's play equipment. Project description New building The new school building consists of two rectangular structures, slightly offset from one another, which are connected at the junction by a central entrance hall. Due to the topography, the southern structure is 3-storey, with a ground-level connection to the lower schoolyard, and the northern structure is 2-storey, with a connection to the upper schoolyard. The entrance hall is the central access element of the building. Access is via the entrances from the lower and upper schoolyard. The open, spacious staircase leads to the respective floors, and the elevator, which is also connected to the entrance hall, ensures barrier-free access to all floors. The clear concept of the open entrance hall offers good visual connections to all areas and thus enables good orientation in the building. The entrance hall is not just a circulation area, but a central communication zone or meeting point for students, and invites people to linger, especially with the staircase on the ground floor, which has been widened to form seating steps. The ground floor area extends only under the southern building. In this area, on the slope side, there is a central toilet core as well as storage and technical rooms. Facing the schoolyard is the large dining room with an attached kitchen and the necessary ancillary rooms. The kitchen has its own delivery from the south. The dining room has generous glazing facing the schoolyard and a large opening to the entrance hall. This opening can be closed using a mobile partition wall, or opened to the entrance hall if required, thus enabling this area to be used in a variety of ways. The dining room on the ground floor is to be made available to Cappel residents and clubs for parties or other external events outside of school hours. The classrooms are on the two upper floors. Each floor of each building contains a cluster, a so-called "learning house". The classrooms and differentiation rooms of the clusters are grouped around a central middle zone, which serves both as access and as an extended teaching area. This middle zone is structured and furnished in such a way that it can be used for teaching purposes for individual or group work, but also for supervision. Appropriate openings between the classrooms and the middle zone provide views and thus ensure that the children are well supervised. Each cluster also has a small teacher's base, so that the clusters are self-contained, "self-sufficient" learning houses with which the student community can identify and which strengthens the group feeling. On each floor, at the intersection between the two clusters, there are central toilets that can be reached in a short distance from the learning houses. Erich-Kästner-Schule replacement building, scaffolding work trade. The service includes all preparatory work - Approx. 250 sqm protection of the floor areas under the scaffolding - Approx. 2,200 sqm 1 scaffolding EN 12810, load class 4, W09 - Approx. 155,500 sqm/week. Use of scaffolding - Approx. 3 pcs. bridging L 500 cm - Approx. 1,000 m extension of scaffolding, scaffolding widening W 0.3 m - Approx. 3 pcs. staircase H up to 13 m - Approx. 3 pcs. staircase H up to 10 m
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 4.4 Million (USD 75.2 K)
Details: Description 1. The Dpwh-isabela 3rd District Engineering Office, Through Fy2025 Nep (early Procurement Activity) Intends To Apply The Sum Of ₱ 4,409,999.35 Being The Approved Budget For The Contract (abc) To Payments Under The For Contract : Contract Id 25bg0076: Organizational Outcome 1 : Ensure Safe And Reliable National Road System - Asset Preservation Program - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads - Santiago-tuguegarao Rd - K0348+ 019 - K0348 + 421,san Mateo, Isabela. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-isabela 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25bg0076 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System - Asset Preservation Program - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads - Santiago-tuguegarao Rd - K0348+ 019 - K0348 + 421, San Mateo, Isabela Scope Of Work/ Brief Description : Reconstruction Of Concrete Pavement Abc : Php 4,409,999.35 Contract Duration : 45 C.d. Cost Of Bidding Documents : Php 5,000.00 Source Of Fund : Fy2025 Nep (early Procurement Activity) Bidder Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 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 For General Engineering, Ge-1 (road, Highways, Pavement, Railways, Airport Horizontal Structure, And Bridges). Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. 5. Interested Bidders May Obtain Further Information From Dpwh-isabela 3rd District Engineering Office And Inspect The Bidding Documents At The Bac Secretariat, Procurement Unit Office, Dpwh-isabela Third District Engineering Office, Tagaran, Cauayan City, Isabela During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 31, 2024 To January 20, 2025 (8:00 A.m. – 5:00 P.m.) And January 21, 2025 Until 9:00 A.m. At Bac Secretariat, Procurement Unit Office, Dpwh-isabela Third District Engineering Office, Tagaran, Cauayan City, Isabela And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. Bidders Shall Pay An Applicable Fee In Any Of The Dpwh District Engineering Offices And May Present Its Proof Of Payment In Person Or Email The Copy Of Receipt Of Payment In Pdf At Electronicbids_isabela3@ Dpwh.gov.ph In Accordance To The Guideline Of Submission Of Electronic Official Receipt Of Purchase Of The Bidding Documents Contained In Bid Data Sheet (bds) Itb Clause 17. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-isabela Third District Engineering Office Will Hold A Pre-bid Conference On January 07, 2025 At 9:00 A.m. At New Conference Room, Dpwh-isabela Third District Engineering Office, Tagaran, Cauayan City, Isabela Through Live Streaming On Youtube: Https://www.youtube.com/@dpwhisabela3rddeo Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Chose To Attend The Activity, Subject To Existing Health Protocol. 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 Bds Itb Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At New Conference Room, Dpwh-isabela Third District Engineering Office, Tagaran, Cauayan City, And Isabela Or At Electronicbids_isabela3@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders (itb) Clause 15. 12. Bid Opening Shall Be On January 21, 2025, Immediately After The Deadline Of Submission Of Bids, At New Conference Room, Dpwh-isabela Third District Engineering Office, Tagaran, Cauayan City, And Isabela And Can Be Viewed Through Live Streaming On Youtube: Https://www.youtube.com/@dpwhisabela3rddeo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Chose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 13. The Dpwh-isabela 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.1 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To The Following: Albert L. Castillo Bac Chairman Dpwh-isabela 3rd Deo, Tagaran, Cauayan City Federico R. Paraoan, Jr. Head Of Bac Secretariat Dpwh-isabela 3rd Deo, Tagaran, Cauayan City 0995-431-8872 Procurementitdeo@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_isabela3@ Dpwh.gov.ph
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 173 Million (USD 2.9 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vii South Road Properties, Cebu City Invitation To Bid For 25h00058 - Organizational Outcome 1: Ensure Safe And Reliable National Road System, Network Development Program, Road Widening - Secondary Roads, Cebu North Hagnaya Wharf Rd - K0067 + 000 - K0070 +000 1. The Department Of Public Works And Highways Regional Office Vii, Through The Fy 2025 Nep Under Early Procurement Activity Intends To Apply The Sum Of Php173,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Organizational Outcome 1: Ensure Safer And Reliable National Road System, Network Development Program, Road Widening-secondary Roads, Cebu North Hagnaya Wharf Rd-k0067+000-k0070+000 With Contract Id No. 25h00058. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vii Now Invites Bids For The Hereunder Works: Name Of Contract : Organizational Outcome 1: Ensure Safer And Reliable National Road System, Network Development Program, Road Widening-secondary Roads, Cebu North Hagnaya Wharf Rd-k0067+000-k0070+000 Contract Id No. : 25h00058 Locations : Cebu Province Scope Of Works : Road Widening Approved Budget For The Contract : Php 173,000,000.00 Contract Duration : 330 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium B For Road, Highway Pavement And Railways, Airport Horizontal Structures And Bridges For License Classification A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 Of Bidding Documents. 3.1 Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3.2 As Provided In Section 25 Of The R-irr Of R.a. 9184, Bidders Shall Submit Their Bids Through Their Duly Authorized Representative. The Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa) Or If Not, There Must Be A Duly Signed Special Power Of Attorney (spa) Presented In Hard Copy And Soft Copy Of The Spa Must Also Be Emailed To Procurementro7@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Spa From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Regional Office Vii And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 17, 2024 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php50,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Regional Office Vii Will Hold A Pre-bid Conference On December 26, 2024 At 10:00 A.m. At The Strategy Room Of Dpwh-regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r7@dpwh.gov.ph For Electronic Submission On Or Before January 07, 2025 At 10:00 A.m. Together With The Proof Of Purchase/receipt. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 07, 2024 At 10:30 A.m., Strategy Room Of Dpwh Regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways Regional Office Vii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Engr. Odilon N. Andrino Head Procurement (032)4116752; (032)4116753 Email Address: Andrino.odilon@dpwh.gov.ph Or Procurementro7@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_r7@dpwh.gov.ph Jerry B. Evangelio Bac Chairman Contract Id No.: 25h00058 Dpwh And Philgeps Websites Posting: December 17 – December 24, 2024
Department Of Public Works And Highways - DPWH Tender
Machinery and Tools
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 65 K (USD 1.1 K)
Details: Description Shopping The Department Of Public Works And Highways-sarangani District Engineering Office, Through Its Bids And Awards Committee (bac), Will Undertake Shopping In Accordance With Section 52.1 Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, For The Procurement Of: 1. Contract Id No. : 25gme0024 Contract Name : Supply & Delivery Of Janitorial Supplies For Use Of Dpwh-sarangani District Engineering Office, Sarangani Province Estimated Unit Cost 1. 20 Pcs – Broom, Soft (tambo), Weight: 200g P 96.00 Min Tiger Grass 2. 10 Packs – Deodorant Cake 50g 12pcs/pack 420.00 3. 20 Pcs – Door Mat (cloth 20 Inch L, 15 Inch W) 61.00 4. 20 Pcs – Door Mat (rubber) 580.00 5. 10 Gallons – Liquid Hand Soap 363.00 6. 10 Gallons – Liquid Bleach 182.70 7. 15 Unit – Mop Tornado And Spin Dry Set 1,440.00 8. 10 Gallons – Odor Go Oxy Pro 720.00 9. 25 Packs – Soap Powder 110.00 10. 10 Gallons – Toilet Bowl Cleaner 289.00 11. 15 Pcs – Toilet Brush W/handle 65.00 12. 15 Packs – Trashbag, Gpp Specs, Black 350.0 10pcs Per Roll/pack Approved Budget For The Contract (abc) : P 65,062.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 2. Contract Id No. : 25gme0025 Contract Name : Supply & Delivery Of Spare Parts Of Chainsaw For Use In Repair/maintenance Of National Roads And Bridges At Dpwh-sarangani Deo, Alabel, Sarangani Province Estimated Unit Cost 1. 3 Pcs – Guide Bar 36” P 6,750.00 2. 3 Pcs – Saw Chain 16” 2,750.00 3. 3 Pcs – Saw Chain 36” 4,000.00 4. 6 Box – Round File 1,200.00 5. 6 Box – Spark Plug (chainsaw) 1,200.00 Approved Budget For The Contract (abc) : P 54,900.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 3. Contract Id No. : 25gme0027 Contract Name : Supply & Delivery Of Motorized Polycarbonate Roll Up Door Including Labor And Materials And Vaults For Use At Covered Court And Cashier Unit, Administrative Section, Dpwh-sarangani District Engineering Office, Alabel, Sarangani Province Estimated Unit Cost 1. 1 Unit – Motorized Polycarbonate Roll Up Door P 124,800.00 2. 1 Unit – Remote Control 18,450.00 3. 1 J.o - Labor And Materials For Installation 24,600.00 4. 1 Set – Record Safe Customized 65,375.00 (h).93m X (w).57m X (d).66m 5. 1 Set – 2 Drawers Filing Safe Wrinkled Medium Gray 21,875.00 Approved Budget For The Contract (abc) : P 255,100.00 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) 4. Contract Id No. : 25gme0030 Contract Name : Supply & Delivery Of Electrical Supplies For Use Of Dpwh-sarangani District Engineering Office Alabel, Sarangani Province Estimated Unit Cost 1. 2 Rolls – 2.00mm2 Thhn Cu. Wires P 4,225.00 2. 50 Set – 3-gang Convenience Outlet, Heavy Duty 138.00 3. 2 Rolls – 8.0mm2 Thhn Cu. Wires 10,959.50 4. 12 Sets – Faucet (lavatory) 862.50 5. 1 Roll – Flat Cord #16 (150m) 3,823.75 6. 2 Cans – Pvc Solvent 400cc 299.00 7. 12 Set – Door Knob 862.50 8. 4 Pcs – Pvc Ball Valve #2 368.00 9. 12 Rolls – Teflon Tape ¾ 34.50 10. 12 Sets – Bidet Spray Toilet 2,127.50 11. 50 Pcs – Led Bulb, 9w 97.75 12. 1 Set – Drill Bit (5 Pcs Per Set Size For Wood 5/32-3/8) 172.50 13. 1 Set – Drill Bit (19 Pcs Per Set Size For Metal) 1,604.25 14. 2 Pcs – 3.50mm2 Thhn Cu. Wires 6,526.25 15. 1 Roll – Rope #24 (12mm) 3,601.80 16. 50 Set – Surface Utility Box 43.70 Approved Budget For The Contract (abc) : P 115,370.30 Contract Duration : Twenty (20) Calendar Days Upon Receipt Of P.o. Source Of Funds : Government Of The Philippines (gop) A Complete Set Of Quotation Documents Is Available To Interested Proponents On February 05 – 12, 2025 From The Bac Secretariat. Deadline For The Submission Of Quotation And Eligibility Documents Will Be On February 12, 2025 At 10:00 Am At The Same Address Mentioned Above. Bid Opening Shall Be On February 12, 2025, At Dpwh-sarangani Deo Conference Room And/or Through Video Conferencing Or Webcasting Via: Zoom Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani Deo/streams Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh-sarangani Deo Conference Room And/or Zoom Or Facebook Livestream Using The Details Above. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. The Proponent Determined To Have The Lowest Calculated Bid Shall Be Required To Furnish The Bac A Copy Of The Certificate Of Phil-geps Registration A Photocopy Of The Proponent’s Business Name From The Department Of Trade And Industry Or Securities And Exchange Commission Registration Certificate, As The Case May Be; Mayor’s Permit Within Three (3) Calendar Days From Receipt Of Notice Thereof From The Bac. Edward D. Carillo Engineer Iii, Chief Construction Section Bac Chairperson Dates Of Publication: February 05 – 11, 2025.
9151-9160 of 9266 archived Tenders