Building Construction Tenders

Building Construction Tenders

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: 100% Sdvosb Set-aside: Indefinite Delivery, Indefinite Quantity (idiq) Multiple Award Task Order Contract (matoc) For Design Build/design Bid Build (db/dbb) General Construction This Is A 100% Sdvosb Set-aside. This Solicitation Will Result In A Firm Fixed Price (ffp) Idiq Matoc (target Of Five (5) Contractors) For Db And Dbb General Construction For All Charleston District Programs, Primarily For The Department Of Veterans Affairs. The Matoc Is For A Total Not To Exceed Amount Of $99,000,000 In Shared Capacity Amongst All Matoc Awardees For The Life Of The Contract. The Estimated Task Order Range Will Be From The Simplified Acquisition Threshold To $30,000,000, With A Performance Period Of A Three-year Base Ordering Period Plus One Two-year Optional Ordering Period. The Contract Will Also Include One Six-month Option In Accordance With Far 52.217-8 For A Total Potential Ordering Period Of 66 Months.proposal Requirements: The Only Authorized Transmission Method For A Proposal In Response To This Solicitation Is Electronically Via The Procurement Integrated Enterprise Environment (piee) Solicitation Module. No Other Transmission Methods (email, Facsimile, Regular Mail, Hand Carried, Etc.) Will Be Accepted. Offerors? Proposals Must Be Received By The Government By The Date/time Specified In The Solicitation. Offerors Shall Submit Their Proposal Via The Piee Website?s Solicitation Module Using The Following Link: Https://piee.eb.mil//.you Must Be Registered In The System For Award Management (sam) In Order To Be Eligible To Receive An Award From This Solicitation. For Additional Information, Please Call 866-606-8220 Or Visit The Sam Website At Https://www.sam.gov//.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Viii Baras, Palo, Leyte Invitation To Bid For: January 7, 2025 Cluster 1: Construction/rehabilitation/improvement Of Facilities For Persons With Disabilities (pwd) And Elderlies/senior Citizens, Including Gender-responsive Facilities – Region Viii A. Construction Of Senior Citizens Building At Caibiran, Biliran B. Completion Of Senior Citizens Building At Capitol Grounds, Naval, Biliran 1. The Dpwh Regional Office Viii, Baras, Palo, Leyte, Through Gaa Fy-2024 Intends To Apply The Sum Indicated Hereunder Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Procurement Project/s. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening, Viz: 1.1 Contract Name : Cluster 1: Construction/rehabilitation/improvement Of Facilities For Persons With Disabilities (pwd) And Elderlies/senior Citizens, Including Gender-responsive Facilities – Region Viii A. Construction Of Senior Citizens Building At Caibiran, Biliran B. Completion Of Senior Citizens Building At Capitol Grounds, Naval, Biliran Contract Id : 24i00385 Contract Location : Brgy. Palanay, Caibiran, Biliran And Capitol Compound, Brgy. Calumpang, Naval, Biliran Project Description/scope Of Work : 1. Construction Of One-storey Building. 2. Completion Of Existing Building. Major Category Of Works : Bicwoplc – Buildings: Construction – Without Piles – Low Rise – Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract (abc) : ₱5,332,861.40 Contract Duration : 150 Calendar Days Cost Of Bidding Documents : Php10,000.00 2. The Dpwh Regional Office Viii, Baras, Palo, Leyte Now Invites Bids For The Above Procurement Project/s. Completion Of The Works Is Required Based On The Above-stated Contract Duration. 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 Dpwh Regional Office Viii, Baras, Palo, Leyte And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8 – 28, 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 (php10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Its Authorized Representative Or Through Electronic Bid Submission. In Purchasing Bidding Documents And Submission/dropping Of Bids, Contractor’s Representative Not Registered In The Contractor’s Crc Shall Submit A Duly Notarized Special Power Of Attorney Stating Therein The Specific Project To Be Bid And A Valid Id, Per Memorandum Of Usec. Ardeliza R. Medenilla For Support And Services Dated December 27, 2021. 6. The Dpwh Regional Office Viii, Baras, Palo, Leyte Will Hold A Pre-bid Conference On January 15, 2025 @ 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below And (ii) Online Or Electronic Submission At Electronicbids_r8@dpwh.gov.ph Using 7zip Compressed Document Files As Indicated Below On Or Before January 28, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids) At The Given Address Below And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Summary Schedule Of Procurement Activities Procurement Activity Schedule 1. Publication Period At Philgeps And Dpwh Website January 8 – 14, 2025 2. Issuance / Downloading Of Bidding Documents January 8 – 28, 2025 3. Pre-bid Conference January 15, 2025 (10:00 A.m.) At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 4. Deadline For The Submission & Receipt Of Bids January 28, 2025 Until 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 5. Opening Of Bids January 28, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids), Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 10. Use 7zip Compressed Document Files For Electronic Bid Submission. Late Bids Shall Not Be Accepted. 11. The Dpwh Regional Office Viii, Baras, Palo, Leyte 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: The Head, Bac Secretariat Procurement Staff-ord Procurement Office, Dpwh Regional Office Viii Baras, Palo, Leyte Telephone No.: (053) 323-1018 Email Add: Portula.nonilon@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_r8@dpwh.gov.ph Date Of Issue: January 7, 2025 (sgd.) Jay-b L. Talde Chief Administrative Officer Administrative Division Bac Chairperson Noted: (sgd.) Edgar B. Tabacon, Ceso Iv Regional Director Dates Of Publication In Dpwh & Philgeps Websites And Bulletin Board: January 8 – 14. 2025 Cc: The Public Affairs & Information Office (paio) Dpwh, Regional Office No. 8 Baras, Palo, Leyte Ro8 Bacsec.
Closing Date28 Jan 2025
Tender AmountPHP 5.3 Million (USD 90.9 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Dpwh-isabela 3rd District Engineering Office, Through Fy2025 Nep (early Procurement Activity) Intends To Apply The Sum Of ₱ 9,799,954.04 Being The Approved Budget For The Contract (abc) To Payments Under The For Contract : Contract Id 25bg0044: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) -sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities -construction Of Danipa Bridge (phase 2),barangay Danipa, Benito Soliven, 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 : 25bg0044 Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) -sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Danipa Bridge (phase 2),barangay Danipa, Benito Soliven, Isabela Scope Of Work/ Brief Description : Construction Of Bridge Abc : Php 9,799,954.04 Contract Duration : 163 C.d. Cost Of Bidding Documents : Php 10,000.00 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 10,000.00. 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
Closing Date21 Jan 2025
Tender AmountPHP 9.7 Million (USD 167.3 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Tender Amount Updated
Philippines
Details: Description 1. The Dpwh-isabela 3rd District Engineering Office, Through Fy2025 Nep (early Procurement Activity) Intends To Apply The Sum Of ₱ 7,839,859.09 Being The Approved Budget For The Contract (abc) To Payments Under The For Contract : Contract Id 25bg0040: Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) -sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities -construction Of Libertad Bridge (phase 2),barangay Libertad, San Mariano, 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 : 25bg0040 Re-ad Name Of Contract : Convergence And Special Support Program - Sustainable Infrastructure Projects Alleviating Gaps (sipag) -sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Libertad Bridge (phase 2),barangay Libertad, San Mariano, Isabela Scope Of Work/ Brief Description : Construction Of Bridge Abc : Php 7,839,859.09 Contract Duration : 156 C.d. Cost Of Bidding Documents : Php 10,000.00 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 10,000.00. 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
Closing Date21 Jan 2025
Tender AmountPHP 7.8 Million (USD 133.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
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
Closing Date28 Jan 2025
Tender AmountPHP 67.5 Million (USD 1.1 Million)

Municipality Of Anda, Pangasinan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Design And Build Of Construction Of Anda Public Market And Common Transport Terminal Including Site Development 1. The Lgu Of Anda, Pangasinan, Through The Sip No.3 And Supplemental Budget No.3 Cy.2024 (loan From Landbank Of The Philippines) Intends To Apply The Sum Of One Hundred Sixty-three Million Nine Hundred Seventy-eight Thousand Pesos (₱163,978,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Construction Of Anda Public Market And Common Transport Terminal Including Site Development. 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Lgu Of Anda, Pangasinan Now Invites Bids For The Above Procurement Project. Completion Of The Works Requires 360 Calendar Days. Bidders Should Be Having Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 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 Lgu Of Anda, Pangasinan And Inspect The Bidding Documents At The Address Given Below During Workdays From 8:00am To 5:00pm Through The Bac Secretariat. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7,2025 To January 30,2025 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 Fifty Thousand Pesos (₱50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person. 7. The Lgu Of Anda, Pangasinan Will Hold A Pre-bid Conference On January 13,2025 @ 1:00pm At Conference Room, 2nd Floor, Presidencia De Anda, Poblacion, Anda,pangasinan. Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received Through Manual Submission At The Office Of The Bac Secretariat, Not Later Than 12:00 Noon Of January 30,2025. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On January 30,2025 @ 1:00pm At The Conference Room, 2nd Floor, Presidencia De Anda, Poblacion, Anda, Pangasinan. 11. The Lgu The Anda, Pangasinan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With 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: * Majoy R. Cardańo Head, Bac Secretariat * Artacho St., Poblacion, Anda, Pangasinan * 09630544279 * Bidsandawardcomofanda@gmail.com * Www.andapangasinan.gov.ph Procurement Activity Schedule For The Design And Build Name Of Contract: Construction Of Anda Public Market And Common Transport Terminal Including Site Development Approved Budget For The Contract (abc): ₱ 163,978,000.00 Source Of Fund: Sip No.3 And Supplemental Budget No.3 Cy.2024 (loan From Landbank Of The Philippines) Contract Duration: 360 C.d Activities Schedule: 1. Pre-procurement Conference- December 9,2024 @ 1:00pm At Conference Room, 2nd Floor Presidencia De Anda, Poblacion,anda, Pangasinan. 2. Posting On Philgeps Website- January 6,2025 3. Issuance Of Bid Docs- January 7,2025 To January 30 ,2025 Not Later Than 12:00 Noon @ The Office Of Bac Secretariat. 4. Pre-bid Conference- January 13,2025 @ 1:00pm At Conference Room, 2nd Floor Presidencia De Anda, Poblacion,anda, Pangasinan. 5. Deadline Of Submission Of Bid/proposal- January 30,2025 Not Later Than 12:00 Noon At The Office Of The Bac Secretariat. 6. Opening Of Bids Shall Be On January 30,2025 @ 1:00pm At Conference Room, 2nd Floor Presidencia De Anda, Poblacion, Anda, Pangasinan. 7. Evaluation Of Bids- February 3,2025 To February 10,2025 At The Conference Room, 2nd Floor Presidencia De Anda, Poblacion, Anda, Pangasinan. 8. Post Qualification- February 12,2025 To February 18,2025 At Conference Room, 2nd Floor Presidencia De Anda, Poblacion, Anda, Pangasinan. 9. Award To The Winning Bidder- February 19,2025 10. Contract Agreement Signing- February 27,2025 11. Notice To Proceed- February 28,2025 Posted This 6th Day January 2025 At The Bulletin Board, Municipal Hall, Anda, Pangasinan, Philgeps Website And Anda Website. Carlito C. Cativo Bac Chairman
Closing Date14 Jan 2025
Tender AmountPHP 163.9 Million (USD 2.8 Million)

Offizielle Bezeichnung Wetteraukreis Fachbereich Bildung Und Geb Udewirtschaft Tender

Civil And Construction...+1Civil Works Others
Germany
Description: Public tender Vob/a General building description The Saalburg School in Bad Vilbel is an all-day primary school. It is housed in two buildings. The construction work is being carried out on the new building, which consists of a ... More general building description The Saalburg School in Bad Vilbel is an all-day primary school. It is housed in two buildings. The construction work is being carried out on the new building, which consists of a 2-storey structure with offset shed roofs. The addition of a barrier-free elevator is planned for the building. The elevator, with a platform size or an internal cabin dimension of approx. 1.10 x 1.40 m, is to be placed next to the main entrance to the building and in front of the existing external wall. The work will be carried out while the school is in operation. Trade description: Platform lift in accordance with the Machinery Directive 2006/42/EC and EN 81-41, for outdoor use. Self-supporting steel shaft with fastening in the pit, on the building and provided with shaft-enclosing rings to stabilize the shaft in order to be able to absorb wind loads. The shaft is lined with panel boards on all four sides. The steel shaft in the outdoor area has a surface treatment based on a cathodic epoxy electrocoat technology with zinc phosphating followed by powder coating. Motor/drive operating data: Approx. 2.0 kW, soft start - soft stop Location of the drive location of the lift: In the shell - outer shaft - on the right when viewed from the outside Load-bearing capacity: At least. 400 kg or 5 people Control: Microprocessor-controlled single-button request control, destination selection control Mains connection: 230 V AC, 50 Hz, frequency controlled, Design: For approx. 2000 trips/month with very low/low load according to Amev Travel height: Approx. 3380 mm Number of stops: 2 Number of elevator doors: 2 - sliding doors Door arrangement: Two-sided, side, on opposite sides - through-loading function on different floors Elevator door dimensions: Width approx. 900 mm, height approx. 2000 mm Design of elevator shaft: Closed, made of metal composite panels, including the associated. System supporting structure Platform size of elevator: Clear width: Min. 1,100 mm, clear depth Min. 1,400 mm External elevator shaft dimensions: Width approx. 1,670 mm, depth approx. 1,825 mm, height approx. 6,000 mm Elevator shaft head height: Approx. 2,500 mm (above ground floor) Elevator shaft pit depth/floor recess: Approx. 120 -140 mm Shell - outer shaft floor: Cement screed on separating layer (PE film) thickness approx. 90 mm, reinforced, on reinforced concrete foundation slab thickness approx. 300 mm Shell - outer shaft floor coating: Oil pan floor coating system on dispersion basis, incl. All-round joints and base coating Planned execution period: Elevator production - from week 9/2025 Assembly - week 21/2025 Please note that no bidder questions can be answered between Friday, December 20, 2024 and Friday, January 3, 2025 inclusive due to the closure of the Wetterau district administration. All bidder questions received during this period will be answered thereafter. Platform lift in accordance with the Machinery Directive 2006/42/EC and EN 81-41, for outdoor use. Self-supporting steel shaft with fastening in the pit, on the building and provided with shaft-enclosing rings to stabilize the shaft in order to be able to absorb wind loads. Shaft cladding with panel boards on all 4 sides. The steel shaft in the outdoor area has a surface treatment based on a cathodic epoxy electrocoat technology with zinc phosphating followed by powder coating. Motor/drive operating data: Approx. 2.0 kW, soft start - soft stop Location of drive location of elevator: In the shell - outer shaft - right when viewed from the outside Load capacity: At least 400 kg or 5 people Control system: Microprocessor-controlled single-button request control, destination selection control Mains connection: 230 V AC, 50 Hz, frequency-controlled, Design: For approx. 2000 trips/month with very low/low load according to Amev Travel height: Approx. 3380 mm Number of stops: 2 Number of elevator doors: 2 - sliding doors Arrangement of doors: Two-sided, side, on opposite sides - through-loading function on different floors Door dimensions of elevator: Width approx. 900 mm, height approx. 2000 mm Design of elevator shaft: Closed, made of metal composite panels, including the associated. System supporting structure Platform size of elevator: Clear width: Min. 1,100 mm, clear depth Min. 1,400 mm External elevator shaft dimensions: Width approx. 1,670 mm, depth approx. 1,825 mm, height approx. 6,000 mm Elevator shaft head height: Approx. 2,500 mm (above ground floor) Elevator shaft pit depth/floor recess: Approx. 120 -140 mm Shell - outer shaft floor: Cement screed on separating layer (PE film) thickness approx. 90 mm, reinforced, on reinforced concrete foundation slab thickness approx. 300 mm Shell - outer shaft floor coating: Oil pan floor coating system on dispersion basis, including all-round joints and base coating.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought For Design-bid-build, p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time. the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist. the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Construction Services For P-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk Virginia. all Service-disabled Veteran-owned Small Businesses (sdvosb), Certified Hub-zone, Certified 8(a), Women-owned Small Businesses (wosb), And Small Businesses Are Encouraged To Respond. Upon Review Of Industry Responses To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. general Work Requirements: the Project Will Be Prepared In One Package, Under One Contract. p-1334 Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia construct A Handicap Accessible Child Development Center (cdc) Facility, With Outdoor Playground Areas, To Support 300 Children. The Entire Facility Will Be On Ground Level. The Primary Structural System Is A Concrete Slab On Grade With Structural Piles, Using Cross-laminated Timber (clt) Roofing Members, And Interior Steel Supports. The Exterior Walls Shall Be Using Two Different Fiber Cement Siding Systems To Include Lap Siding And Panel Board And A Perforated Metal Panel Rain Screen For The Exterior Cladding Of The Building. the Roof Shall Be Standing Seam Metal Roof System With Factory-finished Steel Gutters And Downspouts. The Building Will Have A Central Heating, Ventilation, And Air Conditioning System And Mechanical And Electrical Utilities. The Interior Shall Be Isolated From Equipment Noise And Be Provided With Sound Attenuating Wall And Ceiling Finishes. functional Space Includes Activity Rooms Divided By Age Group For Infants, Pre-toddlers, Toddlers, And Preschool Aged Children. Administration Areas Shall Include Offices, Storage, A Staff Lounge, A Teacher Preparation Room, And A Reception Area. Support Spaces Shall Include A Kitchen With Dedicated Food Storage, A Commercial Laundry Room, Toilets, Mechanical Rooms, And Additional Spaces As Needed. The Outdoor Playground Areas Include Play Equipment, Shade Structures, And Enclosure Fences With Gates And Emergency Push-bar Latches. in Accordance With Dfars 236.204(ii), The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. this Is A New Procurement. It Does Not Replace An Existing Contract. No Prior Contract Information Exists. the Anticipated Award Of This Contract Is September 2025. the North American Industry Classification System (naics) Code For This Project Is 236220. Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45,000,000. if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting. If Adequate Interest Is Not Received From Small Business Concerns, The Solicitation Will Be Issued As Unrestricted Without Further Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate Files Titled Sources Sought Contractor Information Form (form Attached) And Project Information Form (form Attached). These Forms Are Required. Information Not Provided May Prohibit Your Firm From Consideration. if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status. the Following Information Shall Be Provided: 1. Contractor Information: Provide Your Firm’s Contact Information Including Unique Entity Identifier (uei) And Cage Code. 2. Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Economically Disadvantaged Women-owned Small Business, Or Women-owned Small Business Concern. 3. Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project And Your Aggregate Maximum Bonding Capacity. 4. Construction Experience: Submit A Minimum Of Three (3) Up To A Maximum Of Five (5) Relevant Construction Projects Your Firm Has Performed To Best Demonstrate Your Experience On Relevant Projects That Are Similar In Size, Scope, And Complexity. With The Exception Of 13 Cfr 125.2(g) Below, Experience Of Proposed Subcontractors Will Not Be Considered. Furthermore, The Offeror’s Experience As A Subcontractor Will Not Be Considered. for Each Of The Submitted Relevant Projects (a Maximum Of Five (5) Project, Ensure That The Form Is Completed In Its Entirety For Each Project And Limited To Two Pages Per Project. Ensure That The Description Of The Project Clearly Identifies Whether The Project Is New Construction Or Renovation, The Square Footage And Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements. a Relevant Project Is Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project And Will Not Be Considered; Rather, Offerors Shall Submit The Work Performed Under A Task Order As A Project. Recent Is Defined As Having Been 100% Completed Within The Last Ten (10) Years Prior To The Sources Sought Submission Due Date. A Relevant Project Is Further Defined As: size: A Final Construction Cost Of $25,000,000 Or Greater And A Total Square Footage Of 40,000 Or Greater. scope: New Construction Of A One Story Commercial, Industrial, Or Institutional Building. complexity: Relevant Projects Shall Cumulatively Demonstrate Experience With Five Of The Seven Requirements As Shown Below: fire Protection Systems hvac Systems cross-laminated Timber (clt) Construction civil Work telecommunications structural Support Slabs, And Design Of Structures With Excessive Soil Settlement (weak And Compressible Soils) hazardous Material Abatement And Disposal note: Each Project Does Not Have To Demonstrate Experience With Each Element Of Complexity, But Instead Projects Submitted As A Whole Shall Collectively Demonstrate Experience With Five Of The Seven Requirements. note: Capability Will Only Be Satisfied On Projects That Are Considered Relevant In Terms Of Size/scope/complexity And Completed Within The Specified Time Period. for Purposes Of Evaluating Capability, The “offeror” Is Defined As The Prime Contractor That Demonstrates Experience On Relevant Projects That Meet Size, Scope And Complexity. in Accordance With 13 Cfr 125.2(g), Small Business Offerors May Utilize The Experience Of A Small Business First-tier Subcontractor(s) To Demonstrate Experience Under This Capability Evaluation If The Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. In Order To Utilize The Experience Of A Small Business First-tier Subcontractor(s), The Offeror Must Specifically Identify The Proposed Small Business First-tier Contractor(s) In Its Capability Package In Accordance With This Notice. The Offeror Or, If A Small Business Offeror, Its Small Business First-tier Subcontractor, Shall Have Been The Prime Contractor On All Submitted Projects. The Government Notes That 13 Cfr 125.2(g) Is Specific To Only Small Business Offerors And Named Small Business First-tier Subcontractors. As Such, The Small Business Offeror Is Not Permitted To Use The Experience Of A Large Business Subcontractor Or Large Business Corporate Affiliate In Place Of Its Own If The Small Business Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. responses Are Due On 30 January 2025 By 2:00 P.m. Local Time. The Submission Package Shall Only Be Submitted Electronically To Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil And Must Be Limited To A 4mb Attachment. You Are Encouraged To Request A “read Receipt.” Responses Received After The Deadline Or Without The Required Information Will Not Be Considered. questions Or Comments Regarding This Notice May Be Addressed By Email To Ashlee.r.beggs.civ@us.navy.mil ­­­­­­­­­­­­­­­­­­­­­____________________________________________________________________ notice Of Intent (see Pdf Attachment 1 For Manufacturer Brand Names) notification Of Brand Name Or Equal Items. In Accordance With Section 888(a) Of The National Defense Authorization Act (ndaa) For Fiscal Year 2017 (fy17) (public Law 114-328) As Implemented By Defense Acquisition Regulation Supplement (dfars) 206.302-1(c)(2), The Justification And Approval (j&a) Addressed In Federal Acquisition Regulation (far) 6.303 Is Required In Order To Use Brand Name Or Equal Descriptions In The Solicitation For P-1069, Maritime Surveillance System Facility. The Justification And Approval Are Being Prepared For The Use Of A Brand Name Or Equal Descriptions On Items In The Firm Fixed Price (ffp) Construction Contract For P-1334, Child Development Center, Naval Support Activity Hampton Roads, Norfolk, Virginia the Plans And Specifications Indicate The Standard Of Quality, Characteristics, And Performance Requirements And A Manufacture And Model, As Appropriate And In Accordance With The Far, To Establish The Basis Of Design For Approximately 56 Items Across All Design Disciplines. For These Brand Name Or Equal Described Items, Other Manufacturers May Be Utilized During Construction So Long As The Standard Of Quality, Characteristics, And Performance Requirements Meet Or Exceed The Standard Of Quality, Characteristics, And Performance Requirements Identified In The Plans And Specifications As The Basis Of Design. See Attachment For A Complete List Of Items And Manufacturers For All Items Which Have A Brand Name Or Equal Description. please Direct All Questions, Comments, Or Additional Information To The Contract Specialist, Ashlee Beggs At Ashlee.r.beggs.civ@us.navy.mil By 2:00 Pm Eastern Time On 30 January 2025. this Is Not A Request For Proposal
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Regional Office Xiii Dapa, Siargao Island, Surigao Del Norte Invitation To Bid For Contract Id : 25nf0020 Contract Name : Rehabilitation Of Multi-purpose Building (municipal Gymnasium), Barangay Del Carmen, San Isidro, Surigao Del Norte Location Of The Contract: Barangay Del Carmen, San Isidro, Surigao Del Norte Brief Description : Buildings: Construction Approved Budget For The Contract (abc): Php 9,900,000.00 Source Of Funds : Fy 2025 Nep Contract Duration : 180 Calendar Days Bid Document Fee : Php 10,000.00 1. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Through The Fy 2025 Intends To Apply The Sum Of Php 9,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25nf0020, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 180 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). To Be Eligible To Bid For The Following Contract, A Contractor Must Meet The Following Major Requirements: (a)duly License Filipino Citizens/sole Proprietorships; (b) Partnerships With At Least 60% Filipino Interest Or Ownership (c) Corporation With At Least 60% Filipino Interest Or Ownership; (d) Cooperatives Duly Organized Under The Laws Of The Philippines; (e) Joint Ventures (jvs) With At Least 60% Filipino Interest Or Ownership; With Pcab License Size Range Of Small B; (f) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (g) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc.* 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 Bac Unit, Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 From Given Address And Website/s Below, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees [specify The Manner If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means.]} 6. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 9:30 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before January 9, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place& Official Websites Issuance/ Downloading Of Bidding Documents From December 20, 2024 To January 9, 2025 *hard Copies At Bac Secretariat, Dpwh-surigao Del Norte 1st District Engineering Office Dapa, Siargao Island, Surigao Del Norte *downloadable From (a)dpwh Website: Www.dpwh.gov.ph (b)philgeps Website: Www.philgeps.gov.ph Pre-bid Conference On December 27, 2024 At 9:30 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo Receipt Of Bids By The Bac On Or Before January 9, 2025 At 10:00 A.m. (a) Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte; (b)email: Electronicbids_surigaodelnorte1@dpwh.gov.ph Opening Of Bids January 9, 2025 At 10:01 A.m. Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st Deo, Pob. Brgy. 12, Dapa, Siargao Island, Surigao Del Norte Or Via Official Youtube Channel: Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 9, 2025 At 10:01 Am At Dpwh Building (conference Room), Dpwh Surigao Del Norte 1st District Engineering Office, Dapa, Siargao Island, Surigao Del Norte And/or Through The Official Youtube Channel Https://www.youtube.com/@dpwhsurigaodelnorte1stdeo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 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)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rlrr 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. 11. The Department Of Public Works And Highways Surigao Del Norte 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 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: Gerardo M. Metante Head, Bac Secretariat Bac Unit, Dpwh Surigao Del Norte 1st District Engineering Office 8417, Pob. Barangay 12, Dapa, Siargao Island, Surigao Del Norte Metante.gerardo@dpwh.gov.ph Sdn2bacdapa@yahoo.com 09308857066 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph And Www.dpwh.gov.ph For Online Bid Submission: Electronicbids_surigaodelnorte1@dpwh.gov.ph December 19, 2024 Date Of Issue Quintiniano C. Armendarez, Jr. Bac Chairperson Date Of Publication: December 20-26, 2024 Philgeps & Dpwh Websites Dpwh Sdn1st Deo Bulletin Board
Closing Date9 Jan 2025
Tender AmountPHP 9.9 Million (USD 170.5 K)

Offizielle Bezeichnung Tender

Civil And Construction...+1Others
Germany
Description: Contract notice - general guideline, standard regulation, open procedure (construction work) Building automation field devices, automation stations, control cabinets Building automation (DIN 18 386); Building automation field devices, automation stations, control cabinets Construction of a new building automation ... Multi-building automation field devices, automation stations, control cabinets Building automation (DIN 18 386); Building automation field devices, automation stations, control cabinets Construction of a new building automation with connection to the existing GLT of the TU Darmstadt for the building with lecture hall and seminar rooms, office and meeting rooms, smaller laboratory areas and ancillary rooms. The listed building is being completely renovated and is receiving an extension. The dismantling and pollutant remediation of the existing building has already taken place. Implementation of the building automation with approx. 12 control cabinets for the new TGA installations in the building consisting of: - District heating transfer station, heating circuits, static heating and heating control for air conditioning systems - Refrigeration machine with dry cooler, cooling circuits via ULKS or laboratory cooling and cooling control for air conditioning systems - Two air conditioning systems with heat recovery and heater, three air conditioning systems with heat recovery, heater and cooler as well as individual fans with associated fire dampers - Individual room control in the laboratories and in the lecture hall for heating, cooling and ventilation (approx. 10 rooms)
Closing Date13 Jan 2025
Tender AmountRefer Documents 
3581-3590 of 3714 archived Tenders