Building Construction Tenders

Building Construction Tenders

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)

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 

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 

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 

DEPT OF THE ARMY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: The Mission And Installation Contracting Command (micc), Fort Mccoy, Wisconsin Has A Requirement For Broad Range Of Design-build Renovation And Construction Projects To Include But Not Limited To Construction Type Services To Provide And Or Maintain Real Property Facilities For Design, Construction, Or Repair Of Major Or Minor Construction Situations For The 63rd Readiness Division (rd). This Is A Design-build Matoc And Will Service Locations In Texas. The General Scope Of This Upcoming Requirement Is To Provide All Management, Personnel, Materials, Equipment, Supplies, And Transportation Needed To Execute Tasks For A Variety Of Trades Such As Carpentry, Roofing, Painting, Electrical, Hvac, Plumbing, Masonry, Demolition, Roadwork, Storm Drainage, Earthwork, Welding, And Other General Construction. Projects Awarded Utilizing The Matoc Will Possibly Stem From Completed Designs, Partial Designs, Or As Specified And Will Be Accompanied By A Statement Of Work (sow). Projects Include Design-build Projects. All Anticipated Projects Demand High Standards Of Quality And Performance. All Work Performed Shall Be In Accordance With The Industrial And Commercial Codes/standards. The Capabilities Required For This Acquisition Will Be Of The Following General Project Categories: (1) Construction, Repair And Alteration Of Various Facilities, (2) Minor Construction And Real Property Maintenance, Remodel, And Repair To Include But Not Limited To The Following: Foundation And Site Work, Concrete Construction, Masonry Construction, Metals, Carpentry, Thermal/moisture Protection, Earthwork, Curtain Walls, Doors, Windows, Glass, Finished Materials, Fencing Communications, Elevators/conveying Systems, Mechanical/ Electrical, Demolition And Removal, Roads/ Paving, And Painting. Potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The Work. This Is A Design-build, Multiple Award Task Order Contract (matoc). It Is Anticipated The Resultant Contract Will Be A Five-year Ordering Period With No Option Periods. This Will Be A Historically Underutilized Business Zone (hubzone) Small Business Set Aside Procurement Where The Government Will Award Up To Five (5) Contracts Reserved For Small Businesses. The Naics Code 236220 Will Be Used For This Solicitation With A Small Business Size Of $45.0 Million. This Procurement Will Be Solicited In Accordance With Far Part 15 Contracting By Negotiation. 63rd Rd Region 2 Design-build Matoc Idiq: Max Value Is No More Than $15,000,000. Anticipated Award By 5/31/2025. Micc Fort Mccoy Intends To Issue The Solicitation Within 15 Days Of This Pre-solicitation Notice. Do Not Contact The Contract Specialist For Requests To Change The Set Aside Or To State Your Interest. Parties Interested In The Solicitation, Associated Documents, And Solicitation Amendments Can Add Themselves To The Interested Vendors List; Contractors Will Not Be Directly Notified Of Postings Of Any Related Documents.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

FARM PRODUCTION AND CONSERVATION BUSINESS CENTER USA Tender

Real Estate Service
United States
Details: Modification 2 (12/12/2024) the Original Advertisement Dated 01/04/2024 And Modified On 12/03/2024, Is Hereby Modified To Extend The Due Time And Date For Expressions Of Interest From4:30 Pm Eastern, Tuesday, December 10, 2024 To 4:30 Pm Eastern, Wednesday, January 8, 2025. all Other Aspects Of The Original Advertisement And 12/03/2024 Modification Remain Unchanged From Its Original Intent. modification 1 (12/03/2024) the Original Advertisement Dated 01/04/2024, Here Herby Deleted In Its Entirety And Replaced With The Following To: update The Presolicitation Reference Number clarify Government, Producer/visitor And Employee Parking Requirements add Ti Pre-award Dids To Ti Methodology clarify And Add Specifications To Additional Requirements, Including Modifying Minimal Floodplain Requirements. add Language Regardingsection 889 Of The Fy19 National Defense Authorization Act (ndaa) extend The Expressions Of Interest (eoi) Due Time And Date. remove Hidden Text Language Inserted In Error. add Language Regarding Systems For Award Management (sam) Registration Requirements. insert Additional Language And/or Clarification For Expressions Of Interest (eoi Response Guidance, Instructions And Requirements. inserted Additional Language And/or Clarification For Eoi Submission. remove Previous Usda Reality Specialist Name And Contact Information. ||denotes A Change Or Modification From The Original Advertisement Dated 01/04/2024. the U.s. Department Of Agriculture (usda) Seeks To Lease The Following Space: || Presolicitation Number:57-42085-25-fa state: Pennsylvania city: Mercer county: Mercer County delineated Area: north: Beginning At Lake Road/ West Corell Road/ East Cornell Road (township Road 539), Franklin Road, (us Route 62 (us 62)), Ending At Interstate Highway 79 (i-79). east: Beginning At Interstate Highway 79 (i-79) Ending At Leesburg Grove City Road (pa State Route 258 (pa 58)). south: Beginning At Leesburg Grove City Road (pa State Route 258 (pa 258)) Continuing Westbound To Leesburg Grove City Road (pa State Route 208 (pa 208) To The Mercer County Line To The Intersection Of The Mercer County Line And North Market Street (pa State Route 158 (pa 158)). west: Beginning At The Intersection Of The Mercer County Line And North Market Street (pa State Route 158 (pa 158)) Continue Mercer-new Wilmington Road/shenango Street* (pa State Route 158 (pa 158)), West Market Street/sharon Mercer Road (u.s. Route 62 (us 62)), Skyline Drive, South Lake Road (pa State Route 258 (pa 258)), North Skyline Drive, Ending At Lake Road (township Road 539). minimum Sq. Ft. (aboa):3,632 Aboa Sf Minimum maximum Sq. Ft. (aboa):3,813 Aboa Sf Maximum maximum Sq. Ft. (rsf):not To Exceed 4,358 Rsf space Type:general Purpose Office And Related Space ||government Official Vehicle (gov)surface/outside Reserved Parking Spaces: Three (3) Reserved, On-site Surface Parking Spaces For Government Official Vehicles (govs) Owned Or Leased On Behalf Of The Government Or Privately Owned Vehicles Designated For "official Use" In Performance Of The Government's Mission. || Producer/ Visitor Surface/ Outside Reserved Parking Spaces: Twelve (12) On-site Surface Parking Spaces For Privately Owned Producer And/or Visitor Parking. The Parking Lot Shall Have Pull-through Capabilities And Shall Not Be Obstructed By Adjacent Building(s), Structure(s), And/or Tenants’ Usage. Parking Shall Be Within A Maximum Walking Distance Of 300-feet Of The Public Entrance Of The Building. Two (2) Of The Producer/visitor Surface Parking Spaces Shall Be Large Enough To Accommodate Large, Oversized, Farm-type Vehicles With Trailers. The Spaces Should Be In Addition To The Pull-through Parking Requirements. ||employee Surface/ Outside Non-reserved Parking Spaces:twelve (12) Non-reserved Parking Spaces For Privately Owned Government Employee Use. These Parking Spaces Shall Either Be “on-site” Or “off-site” Not Exceeding A Walkable ¼ Mile (1,320 Feet) Of The Employee Entrance Of The Building. full Term:up To Twenty (20) Years (240-months) firm Term:ten (10) Years (120-months) termination Rights:120-days In Whole Or In Part Following The Expiration Of The Firm Lease Term. ||tenant Improvements: Pre-award Design Intent Drawing (dids) Workshop; Turnkey Tenant Improvement Build-out. ||additional Requirements: ||square Feet May Reflect Non-usda Partners Where Nrcs Provides Workspace To Partners Through Agreement. the Space Offered, Its Location, And Its Surrounding Areas Must Be Compatible With The Government’s Intended Use. the Space Shall Be In A Professional Office Environment Or Surroundings With A Prevalence For Modern Design And/or Tasteful Rehabilitation In Modern Use. the Space Offered Shall Not Be Located Within 300-feet Of Residential Areas. the Space Offered Will Not Be Considered Where Any Living Quarters Are Located Within The Building. space Shall Not Be Adjacent To A Tenant Or Business Whose Primary Operation Is The Sale Of Alcoholic Beverages, Where Firearms Are Sold And/or Discharged, Or Where Tenants Related To Drug Treatment, Or Detention Facilities Are Located. subleases Are Not Acceptable. first Floor Space Is Preferred. Office Space Must Be Contiguous, On One Floor. If Space Offered Is Above The Ground Level, Then At Least One (1) Accessible Elevator Will Be Required. the Government Will Have Access To The Space 24-hours A Day, 7-days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 Am – 6:00 Pm (excluding Saturdays, Sundays, And Federal Holidays). offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. a Fully-serviced Lease Is Required. ||offered Space Shall Not Be In The 0.2-percent-annual Chance Floodplain (formerly Referred To As “500-year” Floodplain). ||entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).).for More Information, Visit:https://acquisition.gov/far-case-2019-009/889_part_b. || Expressions Of Interest Due: 4:30 Pm Eastern, Tuesday, December 10, 2024 market Survey (estimated): Tbd occupancy (estimated):within 90-days Of The Government’s Issuance Of Notice To Proceed For Tenant Improvement Construction. note: Entities Not Currently Registered In The System For Award Management (sam) At Sam.gov, Are Advised To Start The Registration Process As Soon As Possible If Intending To Submit An Offer For Possible Lease Award. ||expressions Of Interest Shall Include The Following: ||refer To Project Number57-42085-25-fain Expressions Of Interest Response. ||if Offeror Is Not The Owner Of The Building, An Authorization Letter Signed By Owner To Represent Owner For Property Will Be Required.* ||brokers Submitting Properties Must Show Authorization From The Property Owner To Submit Property On Behalf Of The Property Owner; This Can Include, But Is Not Limited To A Listing Agreement, Letter From The Property Owner Authorizing The Broker To Submit The Property, Purchase/ Sale Agreement, Option, Etc.* ||photos Of The Space Or Site Being Submitted, Or Permission For Market Survey Participants To Photograph The Space Or Site. ||forexisting Buildings, Download From Sam.gov And Completein Its Entirety Lease Market Survey Form For Existing Building, Ms-2991. ||ifexisting Building, Include Building Name And Legal Address (as Reflected On Deed), The Location Of Available Space Within The Building, Along With Building Site/ Lot Plans, Interior Layout Drawings/ Pictures (with Dimensions Shown) Reflecting The Space(s) That Are Being Offered. ||fornew Constructionproperties, Where A Land Site Is Proposed, Download From Sam.gov And Complete N Its Entirety The Land Market Survey Form I. ||ifnew Construction, Site/aerial Plans Or Building Site/lot Plans Showing The Location Of The Proposal Land, Along With The Parcel Number (if Part Of Multiple Parcels, All Parcel Numbers Associated With The Proposed Land). Adjacent Streets Showing Proposed Ingress/egress Shall Be Shown On The Plans. ||forbothexisting Buildings And New Construction, Rentable Square Feet (rsf) And Ansi/boma Office Area (aboa) Square Feet To Be Offered. ||forbothexisting Buildings And New Construction, Proposed Fully-served Rate Per Square Foot, Estimated Operating Expenses – Fully Serviced, And Any Proposed Concessions, Free Rent, Or Abatement That May Be Included In Your Proposal. ||forbothexisting Buildings And New Construction, Amount Of/type Of Parking Available On-site. If Parking Is Not Available On-site, Provide A Map Showing The Location(s) Of Parking Requested In The Advertisement. If Parking Will Be Offered On A Land/site/property/location Not Under The Offeror’s Control, An Authorization Letter Signed By The Land/site/property/location Owner To Present The Land/site/property/location To The Government As An Expression Of Interest Will Be Required. ||forbothexisting Buildings And New Construction, The Date Of Space Availability. ||for Existing Buildings, Provide Information On Condition Of Building Systems, Roof, Foundation, And Current Floor Plan. Alternatively, Provide A Copy Of A Recent Commercial Building Inspection Or Appraisal. ||confirmation That Offered Space Meets Or Will Be Made To Meet Architectural Barriers Act Accessibility Standards (abaas). ||confirmation That Offered Space Meets Or Will Be Made To Meet Seismic Safety Standards, As Applicable. ||confirmation That Offered Space Meets Or Will Be Made To Meet Fire Protection & Life Safety Requirements. ||for New Construction Or Properties Requiring Expansion Of The Footprint Of The Building, Confirmation That Offered Space Meets Or Will Be Made To Meet National Environmental Protection Act Of 1969 (nepa) Requirements. ||* As Mentioned In #2 & #3 Above, Any Submission Received Without Written Authorization To Represent Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received.in Cases Where An Agent Is Representing Multiple Entities, Written Acknowledgement/permission From Each Entity To Represent Multiple Interest Parties For The Same Submission Must Be Submitted Prior To The Expressions Of Interest Due Date. send Expressions Of Interest To ||in No Event Shall An Offeror, Owner, Or Their Representatives And/or Designees, Enter Into Negotiations Or Discussions Concerning The Space To Be Leased With Any Federal Agency Other Than The U.s. Department Of Agriculture Contracting Officer Or Their Authorized Representative Indicated Below: name/title:shannon Schoening, Usda Contracting Officer email Address:shannon.schoening@usda.gov government Contact Information name/title:shannon Schoening, Usda Contracting Officer email Address:shannon.schoening@usda.gov ------------------------------------------------------------------------------------------ sam Advertisement (01/04/2024) presolicitation#57-42085-24-fa Is Hereby Deleted In Its Entirety And Replaced By Sam Advertisement Modification No. 1 (12/03/2024).
Closing Date8 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pampanga 1st District Engineering Office Sindalan City Of San Fernando (p) Invitation To Bid For: 25cg0047 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Rehabilitation Of Multi-purpose Building, Pandaras, San Fernando, Pampanga 25cg0048 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Buensuceso, Arayat, Pampanga 25cg0049 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Plazang Luma, Arayat, Pampanga 25cg0050 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Roads Including Drainage System, Dolores Piring, Mexico, Pampanga 25cg0051 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Malino Es, Mexico, Pampanga 25cg0052 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Mesulo E/s, Arayat, Pampanga 25cg0053 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Gatiawin, Arayat, Pampanga 25cg0054 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Candating Nhs, Arayat, Pampanga 25cg0055 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (richville), City Of San Fernando, Pampanga 25cg0056 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage, Camba, Arayat, Pampanga 25cg0057 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Roads Including Drainage System, Nueva Victoria, Mexico, Pampanga 25cg0058 : Flood Management Program: Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers – Rehabilitation Of Slope Protection Structure Along Pampanga River, Pulo Cawayan, Barangay Sulipan, Apalit, Pampanga 25cg0059 : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Flood Mitigation Structure – Construction/improvement Of Pasig Potrero River Right Bank (facing Downstream) Phase Ii, Talba, Bacolor, Pampanga 1. The Dpwh – Pampanga 1st District Engineering Office, Through The Following Source Of Fund, Intends To Apply The Sum Of The Following Approved Budget For The Contract (abc) To Payments Under The Following Contract. Contract Id No. Approved Budget For The Contract (abc) (php) Source Of Fund 25cg0047 4,825,000.00 Saro-bmb-a-24-0017785 25cg0048 4,950,000.00 Gaa 2025 25cg0049 4,950,000.00 Hgab 25cg0050 5,940,000.00 Gaa 2025 25cg0051 6,930,000.00 Gaa 2025 25cg0052 6,930,000.00 Gaa 2025 25cg0053 6,930,000.00 Hgab 2025 25cg0054 6,930,000.00 Gaa 2025 25cg0055 6,930,000.00 Gaa 2025 25cg0056 7,920,000.00 Gaa 2025 25cg0057 9,900,000.00 Hgab 2025 25cg0058 48,250,000.00 Saro-bmb-a-24-0017624 25cg0059 144,750,000.00 Hgab 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh – Pampanga 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25cg0047 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Rehabilitation Of Multi-purpose Building, Pandaras, San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Rehabilitation Of Multi-purpose Building Approved Budget For The Contract : Php 4,825,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0048 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Buensuceso, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0049 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Plazang Luma, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 128 Calendar Days Contract Id No. : 25cg0050 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Roads Including Drainage System, Dolores Piring, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Roads Including Drainage System Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 54 Calendar Days Contract Id No. : 25cg0051 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Malino Es, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court), Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 107 Calendar Days Contract Id No. : 25cg0052 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Mesulo E/s, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0053 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Gatiawin, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0054 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Candating Nhs, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0055 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (richville), City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 160 Calendar Days Contract Id No. : 25cg0056 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage, Camba, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Rehabilitation Of Roads Including Drainage Approved Budget For The Contract : Php 7,920,000.00 Contract Duration : 73 Calendar Days Contract Id No. : 25cg0057 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Roads Including Drainage System, Nueva Victoria, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Roads Including Drainage System Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 59 Calendar Days Contract Id No. : 25cg0058 Name Of Contract : Flood Management Program: Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers – Rehabilitation Of Slope Protection Structure Along Pampanga River, Pulo Cawayan, Barangay Sulipan, Apalit, Pampanga Locations : Apalit, Pampanga Scope Of Works : Rehabilitation Of Slope Protection Structure Approved Budget For The Contract : Php 48,250,000.00 Contract Duration : 231 Calendar Days Contract Id No. : 25cg0059 Name Of Contract : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Flood Mitigation Structure – Construction/improvement Of Pasig Potrero River Right Bank (facing Downstream) Phase Ii, Talba, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Construction/improvement Of River Right Bank Approved Budget For The Contract : Php 144,750,000.00 Contract Duration : 348 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “b” For Contract Id Nos. 25cg0047-25cg0057 & Medium “a” For Contract Id No. 25cg0058, 25cg0059. 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. 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)(li)(c) 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 Of The Bid. 6. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 1st District Engineering Office And Inspect The Bidding Documents At Sindalan, City Of San Fernando, Pampanga During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9 - 30, 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: Contract Id No. Cost Of Bidding Documents (php) 25cg0047 5,000.00 25cg0048 5,000.00 25cg0049 5,000.00 25cg0050 10,000.00 25cg0051 10,000.00 25cg0052 10,000.00 25cg0053 10,000.00 25cg0054 10,000.00 25cg0055 10,000.00 25cg0056 10,000.00 25cg0057 10,000.00 25cg0058 25,000.00 25cg0059 50,000.00 8. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Dpwh – Pampanga 1st District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025, 09:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp, And Through Youtube Livestreaming Via @dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo Which Shall Be Open To Prospective Bidders. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_pampanga1@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025, 10:00 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. 12. Bid Opening Shall Be On January 30, 2025, 10:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp And Through Youtube Livestreaming Via Dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh- Pampanga 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. 14. In View Of The Full Implementation On Assigning Only Qualified And Competent Project Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Project, Accreditation And Assignment Of Contractors' And Consultants' Project Engineers Are Hereby Prescribed (dpwh - D.o. 118 Series Of 2024) 15. For Further Information, Please Refer To: Neopolo L. Manaloto, Jr. Head Procurement Unit (045) 455-23-28 (045) 455-23-29 Approved: Noel G. Canlas Bac Chairperson (045) 455-23-28 (045) 455-23-29
Closing Date30 Jan 2025
Tender AmountPHP 48.2 Million (USD 822.7 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Pampanga 1st District Engineering Office Sindalan City Of San Fernando (p) Invitation To Bid For: 25cg0047 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Rehabilitation Of Multi-purpose Building, Pandaras, San Fernando, Pampanga 25cg0048 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Buensuceso, Arayat, Pampanga 25cg0049 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Plazang Luma, Arayat, Pampanga 25cg0050 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Roads Including Drainage System, Dolores Piring, Mexico, Pampanga 25cg0051 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Malino Es, Mexico, Pampanga 25cg0052 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Mesulo E/s, Arayat, Pampanga 25cg0053 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Gatiawin, Arayat, Pampanga 25cg0054 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Candating Nhs, Arayat, Pampanga 25cg0055 : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (richville), City Of San Fernando, Pampanga 25cg0056 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage, Camba, Arayat, Pampanga 25cg0057 : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Roads Including Drainage System, Nueva Victoria, Mexico, Pampanga 25cg0058 : Flood Management Program: Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers – Rehabilitation Of Slope Protection Structure Along Pampanga River, Pulo Cawayan, Barangay Sulipan, Apalit, Pampanga 25cg0059 : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Flood Mitigation Structure – Construction/improvement Of Pasig Potrero River Right Bank (facing Downstream) Phase Ii, Talba, Bacolor, Pampanga 1. The Dpwh – Pampanga 1st District Engineering Office, Through The Following Source Of Fund, Intends To Apply The Sum Of The Following Approved Budget For The Contract (abc) To Payments Under The Following Contract. Contract Id No. Approved Budget For The Contract (abc) (php) Source Of Fund 25cg0047 4,825,000.00 Saro-bmb-a-24-0017785 25cg0048 4,950,000.00 Gaa 2025 25cg0049 4,950,000.00 Hgab 25cg0050 5,940,000.00 Gaa 2025 25cg0051 6,930,000.00 Gaa 2025 25cg0052 6,930,000.00 Gaa 2025 25cg0053 6,930,000.00 Hgab 2025 25cg0054 6,930,000.00 Gaa 2025 25cg0055 6,930,000.00 Gaa 2025 25cg0056 7,920,000.00 Gaa 2025 25cg0057 9,900,000.00 Hgab 2025 25cg0058 48,250,000.00 Saro-bmb-a-24-0017624 25cg0059 144,750,000.00 Hgab 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Dpwh – Pampanga 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25cg0047 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Rehabilitation Of Multi-purpose Building, Pandaras, San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Rehabilitation Of Multi-purpose Building Approved Budget For The Contract : Php 4,825,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0048 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Buensuceso, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0049 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building, Plazang Luma, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 128 Calendar Days Contract Id No. : 25cg0050 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Roads Including Drainage System, Dolores Piring, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Roads Including Drainage System Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 54 Calendar Days Contract Id No. : 25cg0051 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Malino Es, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court), Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 107 Calendar Days Contract Id No. : 25cg0052 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Mesulo E/s, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0053 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Gatiawin, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0054 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (covered Court), Candating Nhs, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Construction Of Multi-purpose Building (covered Court) Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 96 Calendar Days Contract Id No. : 25cg0055 Name Of Contract : Basic Infrastructure Program (bip): Multi-purpose Buildings/ Facilities To Support Social Services – Construction Of Multi-purpose Building (richville), City Of San Fernando, Pampanga Locations : City Of San Fernando, Pampanga Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 6,930,000.00 Contract Duration : 160 Calendar Days Contract Id No. : 25cg0056 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Rehabilitation Of Roads Including Drainage, Camba, Arayat, Pampanga Locations : Arayat, Pampanga Scope Of Works : Rehabilitation Of Roads Including Drainage Approved Budget For The Contract : Php 7,920,000.00 Contract Duration : 73 Calendar Days Contract Id No. : 25cg0057 Name Of Contract : Basic Infrastructure Program (bip): Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Roads Including Drainage System, Nueva Victoria, Mexico, Pampanga Locations : Mexico, Pampanga Scope Of Works : Construction Of Roads Including Drainage System Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 59 Calendar Days Contract Id No. : 25cg0058 Name Of Contract : Flood Management Program: Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers – Rehabilitation Of Slope Protection Structure Along Pampanga River, Pulo Cawayan, Barangay Sulipan, Apalit, Pampanga Locations : Apalit, Pampanga Scope Of Works : Rehabilitation Of Slope Protection Structure Approved Budget For The Contract : Php 48,250,000.00 Contract Duration : 231 Calendar Days Contract Id No. : 25cg0059 Name Of Contract : Flood Management Program: Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems – Flood Mitigation Structure – Construction/improvement Of Pasig Potrero River Right Bank (facing Downstream) Phase Ii, Talba, Bacolor, Pampanga Locations : Bacolor, Pampanga Scope Of Works : Construction/improvement Of River Right Bank Approved Budget For The Contract : Php 144,750,000.00 Contract Duration : 348 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small “b” For Contract Id Nos. 25cg0047-25cg0057 & Medium “a” For Contract Id No. 25cg0058, 25cg0059. 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. 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)(li)(c) 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 Of The Bid. 6. Interested Bidders May Obtain Further Information From The Dpwh – Pampanga 1st District Engineering Office And Inspect The Bidding Documents At Sindalan, City Of San Fernando, Pampanga During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9 - 30, 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: Contract Id No. Cost Of Bidding Documents (php) 25cg0047 5,000.00 25cg0048 5,000.00 25cg0049 5,000.00 25cg0050 10,000.00 25cg0051 10,000.00 25cg0052 10,000.00 25cg0053 10,000.00 25cg0054 10,000.00 25cg0055 10,000.00 25cg0056 10,000.00 25cg0057 10,000.00 25cg0058 25,000.00 25cg0059 50,000.00 8. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Dpwh – Pampanga 1st District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025, 09:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp, And Through Youtube Livestreaming Via @dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo Which Shall Be Open To Prospective Bidders. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_pampanga1@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025, 10:00 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. 12. Bid Opening Shall Be On January 30, 2025, 10:00 Am At The Bac Office, Dpwh- Pampanga 1st Deo, Sindalan, Csfp And Through Youtube Livestreaming Via Dpwh.pampanga1deo The Official Youtube Channel Of Dpw- Pampanga 1st Deo, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh- Pampanga 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. 14. In View Of The Full Implementation On Assigning Only Qualified And Competent Project Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Project, Accreditation And Assignment Of Contractors' And Consultants' Project Engineers Are Hereby Prescribed (dpwh - D.o. 118 Series Of 2024) 15. For Further Information, Please Refer To: Neopolo L. Manaloto, Jr. Head Procurement Unit (045) 455-23-28 (045) 455-23-29 Approved: Noel G. Canlas Bac Chairperson (045) 455-23-28 (045) 455-23-29
Closing Date30 Jan 2025
Tender AmountPHP 4.8 Million (USD 82.2 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25bj0043 : Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Cabalatan-alaang, Kayapa, Nueva Vizcaya 1. The Dpwh-nueva Vizcaya 2nd District Engineering Office, Through The Nep Fy 2025 (early Procurement Activity) Intends To Apply The Sum Of ₱5,445,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25bj0043: Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Cabalatan-alaang, Kayapa, Nueva Vizcaya. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-nueva Vizcaya 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract And Location Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Cabalatan-alaang, Kayapa, Nueva Vizcaya Contract Id No. 25bj0043 Scope Of Works Construction Of 9.13m X 10.50m Two (2) Storey Multi-purpose Building With Complete Finishing. Including Solar Power Supply Approved Budget For The Contract (abc) ₱5,445,000.00 Contract Duration 170 Calendar Days 3. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) 4. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For General Engineering. 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. 5. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 6. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 7. 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. 8. Interested Bidders May Obtain Further Information From The Dpwh Nueva Vizcaya 2nd District Engineering Office And Inspect The Bidding Documents At Procurement Staff Of Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya During Weekdays From 8:00 A.m. To 5:00 P.m. 9. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To January 21, 2024, From The Address Given 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 (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 10. 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. 11. The Dpwh Nueva Vizcaya 2nd District Engineering Office Will Hold A Pre-bid Conference On January 7, 2024, 9:00 Am At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya, And/or Youtube Channel (dpwh Nueva Vizcaya 2nd Deo Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 12. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 13. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya Or At Electronicbids_nuevavizcaya2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 21, 2024 At 9:00 Am. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. Bid Opening Shall Be On January 21, 2024, Immediately After The Deadline For The Submission Of Bid At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 16. The Dpwh Nueva Vizcaya 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Youtube Livestream: Dpwh Nueva Vizcaya 2nd Deo Procurement Livestream For Online Bid Submission: Electronicbids_nuevavizcaya2@dpwh.gov.ph 18. For Further Information, Please Refer To: Diozen T. Degala Officer-in-charge Office Of The Head Of Procurement Staff Dpwh Nueva Vizcaya 2nd Deo Malasin, Dupax Del Norte, Nueva Vizcaya Contact No.: 0908-410-2971 Email Address: Procurement.nuevavizcaya2nd@gmail.com Danilo A. Bernabe Oic-assistant District Engineer Bac Chairperson Date Of Posting: Dpwh And Philgeps Websites: December 28, 2024 Conspicuous Place (office Bulletin Board): December 28, 2024
Closing Date21 Jan 2025
Tender AmountPHP 5.4 Million (USD 92.9 K)
3751-3760 of 3895 archived Tenders