Building Construction Tenders

Building Construction Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 25ob0246 Name Of Contract : Retrofitting/strengthening Of Permanent Bridges - Edsa/ortigas Interchange (b03317lz) Along Edsa/ortigas Interchange Location : Mandaluyong City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 72,393,213.71 Contract Duration : 225 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B B) Contract Id No. : 25ob0262 Name Of Contract : Construction Of Flood Mitigation Structure, Nangka River, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,828.24 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B C) Contract Id No. : 25ob0263 Name Of Contract : Rehabilitation Of Flood Control Structure Along Nangka River, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 38,599,516.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B D) Contract Id No. : 25ob0284 Name Of Contract : Installation Of Barangay Marikina Heights Road Safety Devices, Barangay Marikina Heights, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d E) Contract Id No. : 25ob0285 Name Of Contract : Installation Of Road Safety Devices Along Ordonez Street, Second District, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 39,168,314.04 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B F) Contract Id No. : 25ob0288 Name Of Contract : Installation Of Farmers 1 Road, Safety Devices Including Laterals, Barangay Tumana, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,795,894.80 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d G) Contract Id No. : 25ob0289 Name Of Contract : Installation Of M. Sevilla Road Safety Devices Including Laterals, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,898,539.85 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d H) Contract Id No. : 25ob0290 Name Of Contract : Installation Of Shoe Avenue, Amang Rodriguez, Road Safety Devices, Barangay Concepcion Uno, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d I) Contract Id No. : 25ob0291 Name Of Contract : Installation Of Road Safety Devices At Barangay Concepcion Dos, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,798,001.88 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d J) Contract Id No. : 25ob0292 Name Of Contract : Installation Of San Miguel Avenue, Santan Street, Victory Hills Road Safety Devices Including Laterals, Barangay Fortune, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 34,298,495.67 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B K) Contract Id No. : 25ob0294 Name Of Contract : Installation Of Oro Vista Subdivision Road Safety Devices, Barangay Concepcion Uno, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d L) Contract Id No. : 25ob0295 Name Of Contract : Installation Of Road Safety Devices, Second District, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 29,579,816.15 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d M) Contract Id No. : 25ob0319 Name Of Contract : Construction Of Slope Protection, Sapang Ususan (maliit), Cayetano Blvd. To Baseball Field, Barangay Ususan, Taguig City (phase 1) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,542.94 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B N) Contract Id No. : 25ob0322 Name Of Contract : Construction Of Slope Protection, Taguig/pateros Boundary River, Barangay Pembo To Comembo, Taguig City (phase 1) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,570.23 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B O) Contract Id No. : 25ob0387 Name Of Contract : Rehabilitation Of Multi-purpose Building (covered Court) Mataas Na Paaralang Neptali A. Gonzales At Barangay Mauway, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 4,949,999.98 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 5,000.00 Pcab License Category : Small B - C&d P) Contract Id No. : 25ob0434 Name Of Contract : Construction (completion) Of Multi-purpose Buildings, Brgy. San Roque, Pateros Location : Pateros, Metro Manila Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 9,899,689.09 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Q) Contract Id No. : 25ob0446 Name Of Contract : Retrofitting Of Commission On Population And Development (cpd) Motorpool, Barangay Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Retrofitting - Low Rise Approved Budget For The Contract : Php 29,698,620.37 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City During Weekdays From 7:00 A.m To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025 - March 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Specified In Each Contract 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 06, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Noted: Eduardo B. Del Rosario Aristotle B. Ramos Chief, Construction Section District Engineer Bac Chairman
Closing Date6 Mar 2025
Tender AmountPHP 9.7 Million (USD 168.9 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 25ob0246 Name Of Contract : Retrofitting/strengthening Of Permanent Bridges - Edsa/ortigas Interchange (b03317lz) Along Edsa/ortigas Interchange Location : Mandaluyong City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 72,393,213.71 Contract Duration : 225 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B B) Contract Id No. : 25ob0262 Name Of Contract : Construction Of Flood Mitigation Structure, Nangka River, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,828.24 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B C) Contract Id No. : 25ob0263 Name Of Contract : Rehabilitation Of Flood Control Structure Along Nangka River, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 38,599,516.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B D) Contract Id No. : 25ob0284 Name Of Contract : Installation Of Barangay Marikina Heights Road Safety Devices, Barangay Marikina Heights, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d E) Contract Id No. : 25ob0285 Name Of Contract : Installation Of Road Safety Devices Along Ordonez Street, Second District, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 39,168,314.04 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B F) Contract Id No. : 25ob0288 Name Of Contract : Installation Of Farmers 1 Road, Safety Devices Including Laterals, Barangay Tumana, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,795,894.80 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d G) Contract Id No. : 25ob0289 Name Of Contract : Installation Of M. Sevilla Road Safety Devices Including Laterals, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,898,539.85 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d H) Contract Id No. : 25ob0290 Name Of Contract : Installation Of Shoe Avenue, Amang Rodriguez, Road Safety Devices, Barangay Concepcion Uno, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d I) Contract Id No. : 25ob0291 Name Of Contract : Installation Of Road Safety Devices At Barangay Concepcion Dos, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,798,001.88 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d J) Contract Id No. : 25ob0292 Name Of Contract : Installation Of San Miguel Avenue, Santan Street, Victory Hills Road Safety Devices Including Laterals, Barangay Fortune, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 34,298,495.67 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B K) Contract Id No. : 25ob0294 Name Of Contract : Installation Of Oro Vista Subdivision Road Safety Devices, Barangay Concepcion Uno, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,772,034.82 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d L) Contract Id No. : 25ob0295 Name Of Contract : Installation Of Road Safety Devices, Second District, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 29,579,816.15 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d M) Contract Id No. : 25ob0319 Name Of Contract : Construction Of Slope Protection, Sapang Ususan (maliit), Cayetano Blvd. To Baseball Field, Barangay Ususan, Taguig City (phase 1) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,542.94 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B N) Contract Id No. : 25ob0322 Name Of Contract : Construction Of Slope Protection, Taguig/pateros Boundary River, Barangay Pembo To Comembo, Taguig City (phase 1) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,570.23 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B O) Contract Id No. : 25ob0387 Name Of Contract : Rehabilitation Of Multi-purpose Building (covered Court) Mataas Na Paaralang Neptali A. Gonzales At Barangay Mauway, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 4,949,999.98 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 5,000.00 Pcab License Category : Small B - C&d P) Contract Id No. : 25ob0434 Name Of Contract : Construction (completion) Of Multi-purpose Buildings, Brgy. San Roque, Pateros Location : Pateros, Metro Manila Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 9,899,689.09 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Q) Contract Id No. : 25ob0446 Name Of Contract : Retrofitting Of Commission On Population And Development (cpd) Motorpool, Barangay Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Retrofitting - Low Rise Approved Budget For The Contract : Php 29,698,620.37 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City During Weekdays From 7:00 A.m To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12, 2025 - March 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Specified In Each Contract 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 06, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Noted: Eduardo B. Del Rosario Aristotle B. Ramos Chief, Construction Section District Engineer Bac Chairman
Closing Date6 Mar 2025
Tender AmountPHP 48.2 Million (USD 834.1 K)

MUNICIPALITY OF MALAPATAN Tender

Civil And Construction...+1Construction Material
Philippines
Description: Procurement Of Materials For Municipal Covered Court And Other Building Facilities , Construction Materials And Supplies ,municipality Of Malapatan, Sarangani
Closing Date11 Mar 2025
Tender AmountPHP 600 K (USD 10.3 K)

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BULACAN 3RD DEO Tender

Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid I. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through The Government Of The Philippines - Fy 2025 Gaa Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through Its Bids And Award Committee (bac), Now Invites Bids For The Hereunder Works: 5. Contract Id: 25cp0144 Contract Name: Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities - Construction Of Revetment Along Maguinao Creek, Brgy. Maguinao, San Rafael, Bulacan - Phase Ii Contract Location: San Rafael, Bulacan Scope Of Work: Bank And Slope Protection Source Of Fund: Fy 2025 – Gaa Approved Budget For The Contract (abc): P24,749,581.29 Contract Duration: 180 Cal. Days Cost Of Bidding Documents: P25,000.00 Pcab License Category: Category C & D Size Range: Small B For Irrigation And Flood Control Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. 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. Iv. 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. V. 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. Vi. Interested Bidders May Obtain Further Information From The Dpwh - Bulacan 3rd District Engineering Office And Inspect The Bidding Documents At Bac-secretariat – Procurement Office, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. Vii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 - March 04, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. Viii. 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. Ix. The Dpwh - Bulacan 3rd District Engineering Office Will Hold A Pre-bid Conference February 20, 2025 – 9:00 A.m. At The Bidding Room, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 379 437 3222 And Passcode: Bulacan3rd) And Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo), Which Shall Be Open To Prospective Bidders. X. 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. Xi. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_bulacan3@dpwh.gov.ph) For Electronic Submission From February 13, 2025 To March 04, 2025 Before 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xii. Bid Opening Shall Be On March 04, 2025 At 10:00 A.m. At Bidding Room, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo)) Late Bids Shall Not Be Accepted. Xiii. The Dpwh - Bulacan 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiv. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. Xv. For Further Information, Please Refer To: Jomar O. Mendoza Head, Bac Secretariat Dpwh Bulacan 3rd Deo Tambubong, San Rafael, Bulacan Engr. Mark Lester S. Castro Chief, Construction Section Bac – Chairman Date Of Issue: February 13, 2025
Closing Date4 Mar 2025
Tender AmountPHP 25 K (USD 432)

Bundesrepublik Deutschland Vertreten Durch Das Staatliche Baumanagement Niedersachsen Tender

Others
Germany
Description: 25s30078 - Naval base Wilhelmshaven, new service building; metal construction - windows and doors
Closing Date20 Mar 2025
Tender AmountRefer Documents 

CDACD Consorzio Depurazione Acque Chiasso E Dintorni Tender

Works
Healthcare and Medicine
Switzerland
Description: Switzerland – Building Construction Work – Ida Vacallo – Rinnovo E Ammodernamento Trattamento Acque E Realizzazione Trattamento Microinquinanti – Opere Da Impresario Costruttore – Lotto A
Closing Date25 Mar 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas Iii District Engineering Office J. Gonzales St., Barangay 4, Tanauan City, Batangas, Region Iv-a Invitation To Bid (cw-2025-011) The Department Of Public Works And Highways (dpwh) Batangas Iii District Engineering Office, Tanauan City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Contract Id : 25dc0140 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Sipag - Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Road Along Taal Lake Circumferential Road, Tanauan City Section, Chainage 640 - Chainage 1140, Phase 2, Tanauan City, Batangas Contract Location : Tanauan City, Batangas Scope Of Works : Construction Of Gravel Road Physical Target : L = 1.20 Lane Km. Approved Budget For The Contract (abc) : Php96,500,000.00 Source Of Fund : Gaa 2025 Contract Duration : 330 Cd Size Range : Medium A License Category : B Cost Of Bidding Documents : Php50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated Above. 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 Building, 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. 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 (rirr) Of Republic Act 9184 (r.a. 9184) Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Bidder With The Lowest Calculated And Responsive Bid (lcrb) That Will Be Determined During Post-qualification. Interested Bidders May Obtain Further Information From The Dpwh-batangas Iii District Engineering Office, Tanauan City And Inspect The Bidding Documents At J. Gonzales Street, Poblacion Barangay 4, Tanauan City During Weekdays From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 To March 7, 2025, 8:00 Am-5:00 Pm From Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Corresponding Bids. The Dpwh-batangas Iii District Engineering Office, Tanauan City Will Hold A Pre-bid Conference On February 24, 2025, 2:00 Pm At The Address Specified Below 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 Bid Data Sheet (bds). Bids Must Be Duly Received By The Bac Secretariat At The Address Mentioned Above For Manual Submission Or At Electronicbids_batangas3@dpwh.gov.ph For Electronic Submission On Or Before March 7, 2025, 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be Conducted On March 7, 2025, 9:00 Am At The Address Specified Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Said Address. Late Bids Shall Not Be Accepted. 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 R.a. 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. The Dpwh-batangas Iii District Engineering Office, Tanauan City 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 (rirr) Of R.a. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Angelita L. Basco Bac Chairperson Email Address: Basco.angelita@dpwh.gov.ph Lilibeth M. Cuevas Bac Secretariat Head Procurement Unit Email Address: Cuevas.lilibeth@dpwh.gov.ph Dpwh-batangas Iii District Engineering Office J. Gonzales St., Poblacion Barangay 4, Tanauan City Telephone No. (043) 778-6019 For Downloading Bidding Documents: Www.dpwh.gov.ph For Online Submission: Electronicbids_batangas3@dpwh.gov.ph February 13, 2025 Approved: Angelita L. Basco Engineer Iii Bac Chairperson
Closing Date7 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Description: 25dc0145 - Convergence And Special Support Program, Basic Infrastructure Program (bip), Bip - Multi-purpose Buildings/facilities To Support Social Services, Construction Of Multi Purpose Building At B , Construction Projects ,department Of Public Works And Highways - Batangas 3rd Ed
Closing Date7 Mar 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)

Staatliches Bauamt Passau Tender

Works
Healthcare and Medicine
Germany
Description: Germany – Special Medical Building Construction Work – E-m5 Medizintechnik - Dentaltechnik
Closing Date18 Mar 2025
Tender AmountRefer Documents 

Inishoo Management Ltd Tender

Works
Civil And Construction...+1Civil Works Others
Ireland
Description: Ireland – Building Construction Work – Works Contractor For The Restoration And Interpretation Of Westport House And Estate
Closing Date14 Mar 2025
Tender AmountEUR 40 Million (USD 41.8 Million)
1251-1260 of 2887 active Tenders