Bridge Tenders

Bridge Tenders

Bridge And Roof Company India Limited Tender

Auction
Scraps
MSTC
India
Closing Date24 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: Bridge And Roof Company India Limited | Auction Sale Of Lot No : A Lot Name : Structural Steel Scrap ,

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 9.6 Million (USD 166.8 K)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Rizal 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program-basic Infrastructure Program (bip)-access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/facilities-rehabilitation Of Road, Barangay Mambugan And Barangay Muntindilaw, Antipolo City, Rizal (first District) Contract Id No. : 25dn0074 Locations : Antipolo City, Rizal (first District) Scope Of Works : Rehabilitation Of Paved Road Approved Budget For The Contract : ₱ 14,850,000.00 Source Of Funds : Fy 2025 Dpwh Basic Infrastructure Program Contract Duration : 115 C.d. Amount Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure 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 At Sitio Hulo Going To Sampad, Barangay Pilapila, Binangonan, Rizal (first District) Contract Id No. : 25dn0075 Locations : Binangonan, Rizal (first District) Scope Of Works : Construction Of Concrete Road Approved Budget For The Contract : ₱ 29,400,000.00 Source Of Funds : Fy 2025 Dpwh Sustainable Infrastructure Projects Alleviating Gaps (sipag) Contract Duration : 263 C.d. Amount Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2024 Dpwh Infrastructure Program - Convergence And Special Support Program (cssp) - Special Road Fund - Motor Vehicle Users Charge (mvuc) As Per R.a. 11239 - Improvement Of Intersection – Marikina Diversion Road (s04421lz) (k0019+000), Marikina-infanta Road (s01619lz), Marikina–victoria Valley–antipolo Road (s04425lz), And Marikina–victoria Valley–antipolo Road (s04426lz) Antipolo City (first District) Contract Id No. : 24dn0174 Locations : Antipolo City (first District) Scope Of Works : Road Safety: Traffic Signals Approved Budget For The Contract : ₱ 9,800,000.00 Source Of Funds : Fy 2024 Dpwh Cssp-special Road Fund (mvuc) Contract Duration : 150 C.d. Amount Of Bidding Documents : ₱10,000.00 4. Name Of Contract : Fy 2024 Dpwh Infrastructure Program - Convergence And Special Support Program (cssp) - Special Road Fund-motor Vehicle Users Charge (mvuc) As Per R.a. 11239 - Improvement Of Intersection – Marikina-infanta Road (s01619lz) – K0023+814, Olalia Road, Gsis Avenue Antipolo City (first District) Contract Id No. : 24dn0175 Locations : Antipolo City (first District) Scope Of Works : Road Safety: Traffic Signals Approved Budget For The Contract : ₱ 9,800,000.00 Source Of Funds : Fy 2024 Dpwh Cssp-special Road Fund (mvuc) Contract Duration : 150 C.d. Amount Of Bidding Documents : ₱10,000.00 5. Name Of Contract : Fy 2024 Dpwh Infrastructure Program - Convergence And Special Support Program (cssp) - Special Road Fund-motor Vehicle Users Charge (mvuc) As Per R.a. 11239 - Improvement Of Intersection – Sumulong Highway (s01637lz) - K0028-403, Marikina Victoria Valley Antipolo Road (s04428lz), And J.p. Rizal Street Antipolo City (first District) Contract Id No. : 24dn0176 Locations : Antipolo City (first District) Scope Of Works : Road Safety: Traffic Signals Approved Budget For The Contract : ₱ 9,800,000.00 Source Of Funds : Fy 2024 Dpwh Cssp-special Road Fund (mvuc) Contract Duration : 150 C.d. Amount Of Bidding Documents : ₱10,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program - 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-rehabilitation Of Road With Drainage System, Shineville, Barangay Mambugan, Antipolo City, Rizal (first District) Contract Id No. : 24dn0187 Locations : Antipolo City, Rizal (first District) Scope Of Works : Rehabilitation Of Paved Road Approved Budget For The Contract : ₱ 9,650,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 115 C.d. Amount Of Bidding Documents : ₱10,000.00 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 Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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), Rizal 1st District Engineering Office And Inspect The Bidding Documents At Government Center, Calumpang, Binangonan, Rizal During Weekdays From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29 – 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 Amounting To The Corresponding Cost Of Bidding Documents 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), Rizal 1st District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Rizal 1st District Engineering Office, Government Center, Calumpang, Binangonan, Rizal And Through Video Conferencing Via Live - Streamed On Youtube Https://www.youtube.com/@dpwh.rizal1deo Which Shall Be Open 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_rizal1@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 @ 10:00 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 February 18, 2025 After 10:00 A.m. At Bidding Room, Dpwh Rizal 1st District Engineering Office, Government Center, Calumpang, Binangonan, Rizal. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Live - Streamed On Youtube Https://www.youtube.com/@dpwh.rizal1deo. 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), Rizal 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35 And 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Chairperson: Isidro C. Antonio Address: Dpwh Rizal 1st District Engineering Office, Calumpang, Binangonan, Rizal Telephone No. 8561-4240 Email Address: Dpwhrfdeo@gmail.com Bac Secretariat: Ma. Elena F. Coquia-fabian Address: Dpwh Rizal 1st District Engineering Office, Calumpang, Binangonan, Rizal Telephone No. 8561-4240 Email Address: Dpwhrfdeo@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_rizal1@dpwh.gov.ph

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 67.5 Million (USD 1.1 Million)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Rizal 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure 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 At Cable Way Going To Kasinay, Barangay Macamot And Barangay Darangan, Binangonan, Rizal (first District) Contract Id No. : 25dn0067 Locations : Binangonan, Rizal (first District) Scope Of Works : Construction Of Concrete Road Approved Budget For The Contract : ₱ 67,550,000.00 Source Of Funds : Fy 2025 Dpwh Sustainable Infrastructure Projects Alleviating Gaps (sipag) Contract Duration : 300 C.d. Amount Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure 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 At Blk. 2-13, Purok 4, Lupang Arenda, Barangay Sta. Ana, Taytay, Rizal (first District) Contract Id No. : 25dn0068 Locations : Taytay, Rizal (first District) Scope Of Works : Construction Of Concrete Road Approved Budget For The Contract : ₱ 44,100,000.00 Source Of Funds : Fy 2025 Dpwh Sustainable Infrastructure Projects Alleviating Gaps (sipag) Contract Duration : 240 C.d. Amount Of Bidding Documents : ₱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 Of B For Medium A. 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. 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), Rizal 1st District Engineering Office And Inspect The Bidding Documents At Government Center, Calumpang, Binangonan, Rizal During Weekdays From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8 – 28, 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 Amounting To The Corresponding Cost Of Bidding Documents 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), Rizal 1st District Engineering Office Will Hold A Pre-bid Conference On January 15, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Rizal 1st District Engineering Office, Government Center, Calumpang, Binangonan, Rizal And Through Video Conferencing Via Live - Streamed On Youtube Https://www.youtube.com/@dpwh.rizal1deo Which Shall Be Open 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_rizal1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 @ 10:00 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 28, 2025 After 10:00 A.m. At Bidding Room, Dpwh Rizal 1st District Engineering Office, Government Center, Calumpang, Binangonan, Rizal. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Live - Streamed On Youtube Https://www.youtube.com/@dpwh.rizal1deo. 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), Rizal 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35 And 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Vice-chairperson: Nelia B. Mejia Address: Dpwh Rizal 1st District Engineering Office, Calumpang, Binangonan, Rizal Telephone No. 8561-4240 Email Address: Dpwhrfdeo@gmail.com Bac Secretariat: Ma. Elena F. Coquia-fabian Address: Dpwh Rizal 1st District Engineering Office, Calumpang, Binangonan, Rizal Telephone No. 8561-4240 Email Address: Dpwhrfdeo@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_rizal1@dpwh.gov.ph January 8, 2025

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: General. This Is A Sources Sought And Is For Informational/market Research Purposes Only. This Is Not A Request For Proposal, Quotation, Or Invitation For Bid, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. the Purpose Of This Sources Sought Is To Gain Knowledge Of The Interest, Capabilities, Capacity, And Qualifications Of Industry So The Government Can Make Informed Business Decisions. We Are Seeking Responses From Both Large And Small Businesses, Including Small Business, Small Disadvantaged Businesses, 8(a) Firms, Historically Underutilized Business Zone (hubzone) Firms, Woman-owned Small Business (wosb) Concerns, Economically Disadvantaged Women-owned Small Business (edwosb) Firms, Service-disabled Veteran-owned Small Business (sdvosb) Concerns And Veteran Owned Small Business (vosb) Entities. All Interested Parties Are Highly Encouraged To Respond. the North American Industrial Classification Code (naics) For This Requirement Is 237310; Highway, Street, And Bridge Construction. The Related Size Standard Is: $45m. project Background. The U.s. Army Corps Of Engineers (usace) Portland District (nwp) Intends To Issue A Two-phase Design-build Solicitation. Phase 1 Will Include The Scope Of Work And Phase 1 Evaluation Factors. The Most Highly Qualified Offerors Selected From Phase 1 (we Anticipate Selecting Up To 4 Offerors During Phase 1 But This Is Subject To Change) Will Receive The Phase 2 Solicitation And Evaluation Factors. Nwp Contemplates Awarding One Firm-fixed-price Design-build Construction Contract To The Responsible Phase 2 Offeror Whose Proposal Represents The Best Value. project Location. The Construction Work Will Be Performed At John Day Dam. Contractor Access To The Work Site Is On The Oregon Side From Exit 109 On I-84 And John Day Dam Road. project Purpose. Improve Site Access And Security At The John Day Dam. project Scope. Work Includes But Is Not Limited To The Complete Design And Reconfiguration Of Portions Of The Road Going To John Day Dam From I-84 To Accommodate Larger And Heavier Equipment And Increase The Security Boundary On The Oregon Entrance Side Of The John Day Dam. Design And Build An Auxiliary Monitoring Station (ams) And Check Point Station With Canopy Outside Of The Current Security Boundary. The Phase 2 Successful Offeror Will Provide Design Analysis, Plans, And Specifications, Execute Construction, And Provide A Turnkey Ams Structure. earthwork Is Anticipated To Begin While The Design Is In Progress And Before The Ams Design Is Complete. Road And Parking Construction May Be Allowed To Start Before Ams Design Completion. project Objectives. design The Work. provide Final Plans And Specifications. construct The Work. commission The Work. meet Project Schedule Requirements. anticipated Construction Schedule. Nwp Intends To Solicit Phase 1 In Approximately June Of 2025 And Award Before February 2026 With Required Construction Completion Currently Anticipated In March Of 2028. magnitude Of Construction. The Current Magnitude Of Construction Is Between $5m And $10m. anticipated Source Selection Process. 2-phase Design-build Pursuant To Far 15 And Far 36.3. project Specific Constraints And Challenges. Security Operations Shall Not Be Impeded During Construction And Care Must Be Taken To Minimize Delays For Other Contractors And Site Personnel. Visitor Access To The Shoreline Visitor Parking Lots Must Be Maintained At All Times. submission Instructions. Responses To This Sources Sought Notice Shall Be Submitted Electronically (via Email) With The Following Included In The Subject Line: Sources Sought W9127n25ss0004: John Day Transportation And Site Access. please Send Your Email To Aragon Liebzeit, Contract Specialist, At Aragon.n.liebzeit@usace.army.mil Before 3:00 Pm Pst On 06 January 2025. submission Content. Responses To This Sources Sought Shall Be Limited To 8 Pages And Shall Include The Following Information: firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage And Unique Entity Id. socio-economic Business Category If Applicable. an Explanation Of The Prime Firm’s Capabilities, Special Qualifications/certifications And Equipment And Describe The Work To Be Self-performed As It Pertains To The Proposed Scope Of Work. firm’s Design And Construction Capabilities Related To Roads And Vertical Construction. firm's Joint Venture Information If Applicable - Existing And Potential. firm's Bonding Capability In The Form Of A Letter From Surety. firm's Interest And The Likelihood In Formally Responding To The Solicitation Once Issued. provide A Minimum Of 1 Project Example And A Maximum Of 3 Project Examples Of Similar Size, Scope And Complexity To The Project Scope Provided In This Sources Sought. For Joint Ventures, Please Include Projects Completed By The Joint Venture Entity If Applicable. Include The Following Information With Your Submission Of The Similar Project(s) Your Firm Has Completed: project Title contract Number contract Award Date customer Name, Phone Number And Email Address indicate If Your Firm Was The Prime Contractor Or A Subcontractor. Please Provide The Prime Contract Number If Your Firm Was A Subcontractor. indicate If Your Firm Was Involved In The Design And/or Construction Or Both award Value final Contract Value initial Contract Completion Date final Contract Completion Date please Indicate The Client’s Satisfaction With The Completed Project disclaimer And Important Notes. This Notice Does Not Obligate The Government To Award A Contract. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow Up Information. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Capabilities To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or To Provide Feedback To Respondents With Respect To Any Information Submitted. all Interested Firms Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov To Have Size Status Considered. You Must Remain Active For The Duration Of The Solicitation Process To Be Eligible For Award Of A Government Contract.

Municipality Of Kasibu, Nueva Vizcaya Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.1 K)
Details: Description Invitation To Bid For The Project: Improvement/construction Of Fmr-domang (leading To Dupax Del Norte) Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Capital Outlay 2024 Intends To Apply The Sum Of Two Million Nine Hundred Nine Thousand Nine Hundred Ninety-five Pesos And Fifty-seven Centavos (p 2,909,995.57) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement/construction Of Fmr Domang (leading To Dupax Del Norte) Located At Nantawakan, Kasibu, Nueva Vizcaya Invitation Number: 262-2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Seventy-eight (78) Working Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024, 2024 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On December 23, 2024 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before January 7, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Equipment Needed For The Project Are As Follows: Owned Equipment: Stake Truck, Road Roller, Road Grader, Dump Truck, One Bagger Concrete Mixer, Water Truck/pump Other Equipment: Concrete Cutter, Concrete Vibrator 10. Bid Opening Shall Be On January 7, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr Admin. Asst. V/store Keeper Iv Head Bac Secretariat Cp#09265996599 [december 16, 2024] Jesijen Grace N. Lunag Admin. Asst. Ii Bac Secretariat Cp#09279534801 James B. Canayan Municipal Assessor Bac Chairperson

Municipality Of Kasibu, Nueva Vizcaya Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.1 K)
Details: Description Improvement Of Farm To Market Road-san Mundo-imbo Guitngi Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Capital Outlay 2025 Intends To Apply The Sum Of One Million Nine Hundred Thirty Nine Thousand Eight Hundred Seventy One Pesos And Fifty Seven Centavos Only (p1,939,871.57) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Farm To Market Road -san Mundo Imbo Guitngi Located At Kakidugen, Kasibu, Nueva Vizcaya Invitation Number: 4-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty Six (66) Working Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference On January 21, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before February 4, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Equipment Needed For The Project Are As Follows: Owned: Backhoe 0.80 Cum, Dumptruck 5.0cu.m, Other Equipment: Road Grader, 1 Bagger Concrete Mixer, Concrete Cutter, Concrete Vibrator, Bar Cutter, Pneumatic Road Roller. 10. Bid Opening Shall Be On February 4, 2024 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [january 14, 2025] James B. Canayan Municipal Assessor Bac Chairperson

Municipality Of Kasibu, Nueva Vizcaya Tender

Philippines
Closing Date11 Feb 2025
Tender AmountPHP 5.8 Million (USD 100.2 K)
Details: Description Improvement Of Belet￾camamasi-alimit Road Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The 20% Df 2025 Intends To Apply The Sum Of Five Million Eight Hundred Nineteen Thousand Eight Hundred Fifty Two Pesos And Twenty Nine Centavos Only (p5,819,852.29) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Farm To Market Improvement Of Belet-camamasi-alimit Road Located At Belet-camamasi, Kasibu, Nueva Vizcaya Invitation Number: 15-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Thirty Five (135) Working Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non￾discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (p10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On January 30, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before February 11, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Equipment Needed For The Project Are As Follows: Owned: Dumptruck, Back Hoe, 0ne Bagger Concrete Mixer, Concrete Cutter, Bar Cutter, Concrete Vibrator, Chainsaw. Other Equipment: Cargo Truck, Road Roller, Road Grader, Bulldozer, Water Truck, Wheel Back Hoe 10. Bid Opening Shall Be On February 11, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [january 23, 2025] James B. Canayan Municipal Assessor Bac Chairperson

Municipality Of Kasibu, Nueva Vizcaya Tender

Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.1 K)
Details: Description Improvement Of Biyoy￾kakidugen Via Malangsin At Biyoy And Kakidugen Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Capital Outlay 2025 Intends To Apply The Sum Of One Million Nine Hundred Thirty Nine Thousand Seven Hundred Seventy Nine Pesos And Two Centavos Only (p1,939,779.02) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Biyoy￾kakidugen Via Malangsin At Biyoy And Kakidugen Located At Biyoy, Kasibu, Nueva Vizcaya Invitation Number: 5-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty Four (64) Working Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non￾discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On January 21, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before February 4, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Equipment Needed For The Project Are As Follows: Owned: Backhoe 0.80 Cum, Dumptruck 5.0cu.m, Other Equipment: Road Grader, Pneumatic Road Roller, One Bagger Concrete Mixer, Concrete Cutter, Concrete Vibrator, Bar Cutter, Measuring Box, Welding Machine, Backhoe (wheel Type 0.28 Cu.m) 10. Bid Opening Shall Be On February 4, 2024 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [january 14, 2025] James B. Canayan Municipal Assessor Bac Chairperson

Municipality Of Kasibu, Nueva Vizcaya Tender

Corrigendum : Closing Date Modified
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.1 K)
Details: Description Improvement Of Camgat￾slabtan-maninib Road (2nd Posting) Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Supplemental Budget 2024 #1 Intends To Apply The Sum Of One Million Nine Hundred Thirty Nine Thousand Nine Hundred Fifty Seven Pesos And Ninety Eight Centavos (p1,939,957.98) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Camgat-salabtan-maninib Road Located At Malabing, Kasibu, Nueva Vizcaya Invitation Number: 6-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Fifty One And One Half (51.50) Working Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non￾discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On January 21, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before February 4, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Equipment Needed For The Project Are As Follows: Backhoe, Road Roller, Road Grader, Stake Truck, Dump Truck And One Bagger Concrete Mixer 10. Bid Opening Shall Be On February 4, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [january 14, 2025] James B. Canayan Municipal Assessor Bac Chairperson

Municipality Of Kasibu, Nueva Vizcaya Tender

Civil And Construction...+1Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.7 Million (USD 46.7 K)
Details: Description Invitation To Bid For The Project: Construction Of Box Culvert At Atenao Street Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Supplemental Budget No. 1 2024 Intends To Apply The Sum Of Two Million Seven Hundred Fifteen Thousand One Hundred Forty-nine Pesos And Fifty-nine Centavos (p 2,715,149.59) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Box Culvert At Atenao Street Located At Kongkong, Kasibu, Nueva Vizcaya Invitation Number: 261-2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Seventeen (117) Working Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024, 2024 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On December 23, 2024 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before January 7, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Equipment Needed For The Project Are As Follows: Minimum Equipment Required: Backhoe, Road Roller, Road Grader, Dumpruck, One Bagger Concrete Mixer, Water Pump 10. Bid Opening Shall Be On January 7, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr Admin. Asst. V/store Keeper Iv Head Bac Secretariat Cp#09265996599 [december 16, 2024] Jesijen Grace N. Lunag Admin. Asst. Ii Bac Secretariat Cp#09279534801 James B. Canayan Municipal Assessor Bac Chairperson
9561-9570 of 9895 archived Tenders