Building Construction Tenders
Building Construction Tenders
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Description: This Is A Sources Sought Announcement For Information Purposes Only. Acc Amic/pkd Is Performing This Market Research To Aid In The Development Of Its Acquisition Approach. This Notice Does Not Constitute A Request For Proposal Or Complete Package Outlining The Technical Competencies/qualifications Of The Prospective Contractor, Nor Does It Represent Any Commitment By The Government. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement. No Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. A Solicitation Does Not Presently Exist.
mission
under The Authority, Direction, And Control Of The Assistant Secretary Of Defense For Special Operations And Low Intensity Conflict, The Deputy Assistant Secretary Of Defense For Counter Narcotics And Global Threats, The Government Requires The Execution Of Small-scale Construction Design-build Efforts For Bases Of Operations For Foreign National Security Forces Iaw Section 284(c)(1)(b) Of Title 10, U.s.c.
scope
the Scope And Objective Of The Individual Requirements Is Outlined In Table 1. Iaw 284(c)(1)(b) Of Title 10, U.s.c No Single Project Listed In Table 1. Can Exceed $1,000,000.
site Visits Will Be Held For Each Individual Location Which Will Be Scheduled On A Future Date And Communicated Accordingly.
in Order For The Government To Better Understand The Capabilities Of The Vendors That Deal With Oconus Small Scale Construction, The Government Is Requesting Capability Statements From 8(a) Participants That Clearly Demonstrates An Ability To Perform Oconus Small Scale Design Build Type Requirements. All Prime Contractors Are Required To Team With A Licensed In-country Subcontractor.
the Government Is Performing Market Research Primarily In Order To Determine If There Are Specifically Firms Within The 8(a) Program That Possess The Capability, Experience And Interest In Oconus Small-scale Construction Efforts. Therefore, We Invite All Interested 8(a) Businesses To Provide A Capability Statements In Response To This Requirement. Prospective Contractors Shall Be Registered In The System For Award Management (sam) Prior To Award Of Any Federal Government Contract. Contractors Are Encouraged To Obtain Further Information On Sam Registration At The Following Website: Https://sam.gov/content/home.
questions To Answer In Response To Sources Sought:
what Is The Name, Address, And Cage Code Of Your Business?
provide A Point Of Contact (poc) To Include Name, Telephone Number And Email Address.
provide Any Naics Code With Justification That You Would Recommend As Being More Applicable.
identify At Least One Project Completed In The Past Four (3) Years For The Same Or Similar Construction To Help Determine Your Firm’s Capability. Include Any Oconus Small Scale Construction That You Have Been Awarded In:
centcom (experience In Kazakhstan, Tajikistan And Or Uzbekistan)
eucom
northcom (experience In Mexico)
africom
southcom & Caribbean
indopacom
include The Contract Number And A Government Point Of Contact, Country Of Work.
Closing Date22 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas 2nd District Engineering Office Batangas City, Batangas, Region Iv-a Invitation To Bid For Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Resplandor-del Pilar-alalum Rd, Barangay Alalum, San Pascual, Batangas 1. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office, Through Gaa Fy 2025, Intends To Apply The Sum Of Thirteen Million Two Hundred Thirty One Thousand Nine Hundred Sixty Pesos Only (php 13,231,960.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25de0064 – Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Resplandor-del Pilar-alalum Rd, Barangay Alalum, San Pascual, Batangas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25de0064 Contract Name : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/facilities, Construction Of Resplandor-del Pilar-alalum Rd, Barangay Alalum, San Pascual, Batangas Location : San Pascual, Batangas Scope Of Work : Construction Of Concrete Road Approved Budget For The Contract : Php 13,231,960.00 Contract Duration : 105 Calendar Days Prospective Bidders Should Be One (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 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 (r.a. 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 Inspect The Bidding Documents And Obtain Further Information From The Procurement Unit Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 To January 20, 2025, 8:00 A.m. To 5:00 P.m. And January 21, 2025 Before 10:00 A.m. From The Office Of The Bac Secretariat Head And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (p 25,000.00). 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. 6. The Dpwh Batangas Ii District Engineering Office Will Hold A Pre-bid Conference On January 3, 2024, 9:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City, Which Shall Be Open To Prospective Bidders. Interested Bidders May Also Participate In The Pre-bid Conference, Which Will Be Streamed Live Through The Procuring Entity’s Official Youtube Channel, Dpwh Batangas 2nd Deo – Bac (https://m.youtube.com/@dpwh.batangas2deo). Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bid Data Sheet (bds). 7. Bids Must Be Duly Received By The Bac Secretariat At The Address On Item No. 13 For Manual Submission Or At Electronicbids_batangas2@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 A.m. 8. All Prospective Bidders Must Present One (1) Company Id And One (1) Valid Government Issued Id At The Entrance Of The Office Premises. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On January 21, 2025, 10:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address At Item No. 13. Late Bids Shall Not Be Accepted. 11. 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 Section 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. 12. The Dpwh Batangas Ii District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Eriza B. Zaraspe Chief, Construction Section Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com Bac Secretariat Head: Michael Jerome I. Caponpon Officer-in-charge, Head, Procurement Unit Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_batangas2@dpwh.gov.ph. December 12, 2024 Approved By: Eriza B. Zaraspe Chief, Construction Section Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 13.2 Million (USD 225.9 K)
Offizielle Bezeichnung Tender
Others
Germany
Description: Contract notice - general guideline, standard rule open procedure (construction work) Building 7, demolition work demolition and dismantling work (DIN 18 459); Building 7, demolition work dismantling/disposal of approx. 40 m2 linoleum, 40 m2 tiles, 485 m2 plasterboard ceilings, 350 m2 plasterboard walls, 50 m2 brick ... More Building 7, demolition work demolition and dismantling work (DIN 18 459); Building 7, demolition work dismantling/disposal of approx. 40 m2 linoleum, 40 m2 tiles, 485 m2 plasterboard ceilings, 350 m2 plasterboard walls, 50 m2 non-load-bearing brickwork, 500 m2 dry plaster, 140 m2 dry plaster plasterboard/eps composite, 550 m2 mineral wool in walls and ceilings TRGS 521, 20 wooden doors with steel frames
Closing Date17 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas 2nd District Engineering Office Batangas City, Batangas, Region Iv-a Invitation To Bid For Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/facilities, Construction Of Tingloy Circumferential Road, Tingloy, Batangas (package C) 1. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office, Through Gaa Fy 2025, Intends To Apply The Sum Of Twenty Nine Million Four Hundred Thousand Pesos Only (php 29,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25de0065 – Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/facilities, Construction Of Tingloy Circumferential Road, Tingloy, Batangas (package C). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25de0065 Contract Name : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/facilities, Construction Of Tingloy Circumferential Road, Tingloy, Batangas (package C) Location : Tingloy Batangas Scope Of Work : Construction Of Gravel Road With Slope Protection Structure Approved Budget For The Contract : Php 29,400,000.00 Contract Duration : 132 Calendar Days Prospective Bidders Should Be One (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 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 (r.a. 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 Inspect The Bidding Documents And Obtain Further Information From The Procurement Unit Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 To January 20, 2025, 8:00 A.m. To 5:00 P.m. And January 21, 2025 Before 10:00 A.m. From The Office Of The Bac Secretariat Head And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (p 25,000.00). 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. 6. The Dpwh Batangas Ii District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025, 9:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City, Which Shall Be Open To Prospective Bidders. Interested Bidders May Also Participate In The Pre-bid Conference, Which Will Be Streamed Live Through The Procuring Entity’s Official Youtube Channel, Dpwh Batangas 2nd Deo – Bac (https://m.youtube.com/@dpwh.batangas2deo). Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bid Data Sheet (bds). 7. Bids Must Be Duly Received By The Bac Secretariat At The Address On Item No. 13 For Manual Submission Or At Electronicbids_batangas2@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 A.m. 8. All Prospective Bidders Must Present One (1) Company Id And One (1) Valid Government Issued Id At The Entrance Of The Office Premises. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On January 21, 2025, 10:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address At Item No. 13. Late Bids Shall Not Be Accepted. 11. 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 Section 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. 12. The Dpwh Batangas Ii District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Eriza B. Zaraspe Chief, Construction Section Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com Bac Secretariat Head: Michael Jerome I. Caponpon Officer-in-charge, Head, Procurement Unit Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_batangas2@dpwh.gov.ph. December 12, 2024 Approved By: Eriza B. Zaraspe Chief, Construction Section Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 29.4 Million (USD 501.9 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas 2nd District Engineering Office Batangas City, Batangas, Region Iv-a Invitation To Bid For Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Brgy. San Miguel, Lobo, Batangas 1. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office, Through Gaa Fy 2025, Intends To Apply The Sum Of Four Million Nine Hundred Thousand Pesos Only (php 4,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25de0057 – Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Brgy. San Miguel, Lobo, Batangas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25de0057 Contract Name : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Brgy. San Miguel, Lobo, Batangas Location : Lobo, Batangas Scope Of Work : Construction Of Concrete Road Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 51 Calendar Days Prospective Bidders Should Be One (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 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 (r.a. 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 Inspect The Bidding Documents And Obtain Further Information From The Procurement Unit Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 To January 20, 2025, 8:00 A.m. To 5:00 P.m. And January 21, 2025 Before 10:00 A.m. From The Office Of The Bac Secretariat Head And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p 5,000.00). 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. 6. The Dpwh Batangas Ii District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025, 9:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City, Which Shall Be Open To Prospective Bidders. Interested Bidders May Also Participate In The Pre-bid Conference, Which Will Be Streamed Live Through The Procuring Entity’s Official Youtube Channel, Dpwh Batangas 2nd Deo – Bac (https://m.youtube.com/@dpwh.batangas2deo). Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bid Data Sheet (bds). 7. Bids Must Be Duly Received By The Bac Secretariat At The Address On Item No. 13 For Manual Submission Or At Electronicbids_batangas2@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 A.m. 8. All Prospective Bidders Must Present One (1) Company Id And One (1) Valid Government Issued Id At The Entrance Of The Office Premises. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On January 21, 2025, 10:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address At Item No. 13. Late Bids Shall Not Be Accepted. 11. 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 Section 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. 12. The Dpwh Batangas Ii District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Eriza B. Zaraspe Chief, Construction Section Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com Bac Secretariat Head: Michael Jerome I. Caponpon Officer-in-charge, Head, Procurement Unit Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_batangas2@dpwh.gov.ph. December 12, 2024 Approved By: Eriza B. Zaraspe Chief, Construction Section Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 4.9 Million (USD 83.6 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas 2nd District Engineering Office Batangas City, Batangas, Region Iv-a Invitation To Bid For Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Gamao, Tingloy, Batangas 1. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office, Through Gaa Fy 2025, Intends To Apply The Sum Of Four Million Nine Hundred Thousand Pesos Only (php 4,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25de0058 – Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Gamao, Tingloy, Batangas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25de0058 Contract Name : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Gamao, Tingloy, Batangas Location : Tingloy, Batangas Scope Of Work : Construction Of Concrete Road Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 51 Calendar Days Prospective Bidders Should Be One (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 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 (r.a. 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 Inspect The Bidding Documents And Obtain Further Information From The Procurement Unit Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 To January 20, 2025, 8:00 A.m. To 5:00 P.m. And January 21, 2025 Before 10:00 A.m. From The Office Of The Bac Secretariat Head And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p 5,000.00). 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. 6. The Dpwh Batangas Ii District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025, 9:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City, Which Shall Be Open To Prospective Bidders. Interested Bidders May Also Participate In The Pre-bid Conference, Which Will Be Streamed Live Through The Procuring Entity’s Official Youtube Channel, Dpwh Batangas 2nd Deo – Bac (https://m.youtube.com/@dpwh.batangas2deo). Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bid Data Sheet (bds). 7. Bids Must Be Duly Received By The Bac Secretariat At The Address On Item No. 13 For Manual Submission Or At Electronicbids_batangas2@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 A.m. 8. All Prospective Bidders Must Present One (1) Company Id And One (1) Valid Government Issued Id At The Entrance Of The Office Premises. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On January 21, 2025, 10:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address At Item No. 13. Late Bids Shall Not Be Accepted. 11. 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 Section 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. 12. The Dpwh Batangas Ii District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Eriza B. Zaraspe Chief, Construction Section Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com Bac Secretariat Head: Michael Jerome I. Caponpon Officer-in-charge, Head, Procurement Unit Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_batangas2@dpwh.gov.ph. December 12, 2024 Approved By: Eriza B. Zaraspe Chief, Construction Section Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 4.9 Million (USD 83.6 K)
Offizielle Bezeichnung Tender
Civil And Construction...+2Others, Building Construction
Germany
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Groß-Gerau district, structural extension of the Albert Schweitzer School in Mörfelden-Walldorf to create a two-stream inclusive all-day primary school. Electrical planning for a two-storey new building with learning clusters and a cafeteria/auditorium in modular construction; Electrical planning for the demolition of a single-storey toilet facility and extension to an existing all-day building in conventional construction Groß-Gerau district, structural extension of the Albert Schweitzer School in Mörfelden-Walldorf to create a two-stream inclusive all-day primary school. Electrical planning for a two-storey new building with learning clusters and a cafeteria/auditorium in modular construction. Project funding for new building with funding from the noise protection program. Billing until 12/2026. Rough cost estimate without Kg 700 is €6,817,000.00 net. Specialist planning Elt for the demolition of a single-storey toilet facility and extension to an existing all-day building. Demolition of a single-storey toilet facility, extension to an existing all-day building. Rough cost estimate without Kg 700 is €495,000.00 net. The main building, which is a listed building, is to receive a new heating system. The existing individual room control is to be upgraded.
Closing Date22 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Description: Project Labor Agreements (pla S) Survey And Request For Contractor Capability Statement Package
this Is A Sources Sought Notice For Market Research Only.
no Award Will Be Made From This Sources Sought Notice.
this Sources Sought Notice (ssn) Is For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Far 15.201(e), To Determine The Availability And Technical Capabilities Of Qualified Sources. It Does Not Constitute A Solicitation And Is Not To Be Considered As A Commitment By The Government. All Firms Responding To This Notice Are Advised That Their Response To This Notice Is Not A Request That Will Be Considered For Contract Award. All Interested Parties Will Be Required To Respond To The Resultant Solicitation Separately From Their Response To This Notice.
jefferson Barracks National Cemetery,
sylvan Springs, Phase 1a Expansion
project Scope
the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For A Construction Contract At Jefferson Barracks National Cemetery, Sylvan Springs, Phase 1a Expansion With The Use Of A Project Labor Agreement (pla). The North American Industry Classification System (naics) Of 237990 (other Heavy And Civil Engineering Construction) With The Size Standard Of $45.0 Million. The Approximate Project Duration Will Be 912 Calendar Days From The Notice To Proceed. The Estimated Magnitude For This Project Is Between $50,000,000 And $100,000,000. Va Is Considering Conducting This Acquisition As A Best Value With Tradeoffs In Accordance With Far Part 15, Contracting By Negotiation.
project Description:
the Purpose Of This Phase 1a Expansion Project For Jefferson Barracks National Cemetery Is To Enable The Existing National Cemetery To Continue To Provide Burial Services For Eligible Veterans In Missouri. Jefferson Barracks National Cemetery Is Located Near St. Louis, Missouri.
the National Cemetery Administration (nca) Contracted This 33.6-acre Cemetery Expansion Project To Increase Burial Capacity Of Jefferson Barracks National Cemetery (jbnc) To Serve Veterans In The St. Louis Area. This Cemetery Expansion Project Identified On New Land. The Proposed Development Will Provide Continued Service To An Estimated Fiscal Year (fy) 2024 Veteran Population Of Approximately 208,000 Within A 75-mile Service Area. This Proposed Development Will Provide An Additional 15 Years Of Continued Burial Service To A Veteran Population Who Has Been Served By This National Cemetery Since 1827.
this Project Will Provide For An Additional 15-year Inventory Of The More Efficient Casketed, Double-depth, Pre-placed Crypts Before Depletion Of The Current Inventory, And Extend The Full Range Of Burial Options Until Fy 2044, As Well As Provide Several Nominal Cemetery Operational And Infrastructure Improvements Within The Older Cemetery Grounds.
this Project Will Provide For The Following Elements And Features:
base Bid General Construction:
the Base Bid Work Of This Contract Includes Phased Requirements. These Phases Are Referred To As Eto And Remainder Of The Work. The Eto Shall Be Completed Within The Established Time Frame Indicated In The Contract. Completion Of The Eto Work Will Follow Procedures Like Those For Final Completion And Acceptance, With The Facilities Within The Eto Being Completed And Turned Over To The Cemetery For Use To Begin Operation Of The Cemetery While The Remaining Work Is Completed. Eto Shall Be Completed And Accepted By Nca For Operation Within 252 Calendar Days From Notice To Proceed. While The Work Of The Eto Is Being Performed, Work For The Remainder Of The Project Can Also Be Performed.
work Of The Contract Includes Site Demolition, General Construction, Relocation And Installation Of New Site Utilities, Installation Of Pre-placed Burial Crypts, Columbarium Niches, Roadway Improvements, New Roads, Walks, Grading, Drainage, Site Furnishings, Landscaping And Irrigation Necessary Removal Of Existing Structures And Construction And Certain Other Items And All Other Work Necessary To Construct The Project. The Contractor Shall Obtain State/local Construction Permitting As Required And Conduct All Protected Habitat Preservation, Wetlands, And Mitigation Efforts As Required To Meet Governing Body Mandates. By The End Of The Performance Period All Work Shall Be Satisfactorily Completed And Ready For Custody, Transfer, And Acceptance By Nca. All Punch List Items Shall Be Satisfactorily Addressed, All Commissioning Completed, And All Training Accomplished.
replace And Upgrade Carpeting And Painted Finishes In The Administration/ Pic Building. Replace Select Electrical Service Panels In Maintenance Buildings 3001, 3002, And 3003.
interment Areas:
casketed Remains:
a) Approximately 18,500 Pre-placed Crypt Full Casket Gravesites
b) Approximately 2,100 Traditional Casket Gravesites
cremated Remains:
a) Approximately 10,900 In-ground Cremation
b) Approximately 5,000 Columbarium Niches
base Bid Furnish Pre-placed Crypts:
procure, Manufacture, Deliver, Off-load And Store Furnish And Deliver To The Site All Pre-placed Crypts.
additive Items Subject To Budget Adequacy:
additive #1 Maintenance Yard:
install Maintenance Storage Yard And Associated Site Work, Including But Not Limited To Pavements, Curbs, Drainage, Fencing And Gates, Signage, Landscaping, And Irrigation.
additive #2 Storage Building:
install Maintenance Material Storage Building Including But Not Limited To Sitework, Pavements, Curbing, Concrete Foundations, Concrete Walls, Structural Steel, And Standing Seam Metal Roofing.
additive #3 Satellite Maintenance Building:
install Satellite Maintenance Building And Associated Site Work Including But Not Limited To Sitework, Utilities, Concrete Foundations, Concrete Slab, Engineered Metal Building, Hvac System, Concrete Masonry Walls, Metal Wall Panels, Standing Seam Metal Roof, Doors, Windows, Interior Finishes, Landscaping, Irrigation, Signage And All Other Work Necessary To Construct The Building.
additive #4 Demolish/replace Committal Shelter #4:
demolish And Replace Committal Shelter #4(in Main Cemetery) Along With Associate Sitework, Concrete Foundations, Concrete Piers, Curbs, Paving, Standing Seam Metal Roof, Landscaping, Irrigation, Site Furniture And Signage.
--- End Of Project Scope ---
project Labor Agreement (pla):
a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement Described In 29 U.s.c. 158(f).
federal Acquisition Regulation (far) 22.503 Policy:
(a) Project Labor Agreement (pla) Is A Tool That Agencies May Use To Promote Economy And Efficiency In Federal Procurement. Pursuant To Executive Order 13502, Agencies Are Encouraged To Consider Requiring The Use Of Project Labor Agreements In Connection With Large-scale Construction Projects.
(b) An Agency May, If Appropriate, Require That Every Contractor And Subcontractor Engaged In Construction On The Project Agree, For That Project, To Negotiate Or Become A Party To A Project Labor Agreement With One Or More Labor Organizations If The Agency Decides That The Use Of Project Labor Agreements Will-
(1) Advance The Federal Government's Interest In Achieving Economy And Efficiency In Federal Procurement, Producing Labor-management Stability, And Ensuring Compliance With Laws And Regulations Governing Safety And Health, Equal Employment Opportunity, Labor And Employment Standards, And Other Matters; And
(2) Be Consistent With Law.
(c) Agencies May Also Consider The Following Factors In Deciding Whether The Use Of A Project Labor Agreement Is Appropriate For The Construction Project:
(1) The Project Will Require Multiple Construction Contractors And/or Subcontractors Employing Workers In Multiple Crafts Or Trades.
(2) There Is A Shortage Of Skilled Labor In The Region In Which The Construction Project Will Be Sited.
(3) Completion Of The Project Will Require An Extended Period Of Time.
(4) Project Labor Agreements Have Been Used On Comparable Projects Undertaken By Federal, State, Municipal, Or Private Entities In The Geographic Area Of The Project.
(5) A Project Labor Agreement Will Promote The Agency S Long Term Program Interests, Such As Facilitating The Training Of A Skilled Workforce To Meet The Agency S Future Construction Needs.
(6) Any Other Factors That The Agency Decides Are Appropriate.
see Far Provision: 52.222-33 Notice Of Requirement For Project Labor Agreement And Far Clause 52.222-34 Project Labor Agreement For Further Details.
project Labor Agreement (pla) Questionnaire
(please Respond To The Questions Below)
1. Is Your Company Familiar With Project Labor Agreement (pla) And Its Use On Construction Projects?
yes/no
comments:
2. Would Your Company Likely Submit A Proposal For The Va Construction Solicitation That Requires The Use Of A Pla?
yes/no
comments:
3. If Va Requires A Pla, Would Your Proposed Construction Cost Likely To Increase Or Decrease And What Is The Likely Percentage Of Cost Increase Or Decrease?
comments:
4. Does The Va Requirement To Use Of A Pla On A Construction Project Restrict Competition?
yes/no
comments:
5. Do You Expect Subcontractor Resistance Should Va Requires The Use Of A Pla On This Construction Solicitation?
yes/no
comments:
6. Do You Have Additional Comments Regarding The Use Of A Pla For This Project?
yes/no
comments:
--- End Of Pla Questionnaire ---
contractor Capability Statement Package:
firms Interested In Submitting Their Capabilities For This Project Must Include The Following Information Compiled Into A Contractor Capability Statement Package:
cover Letter/introduction That Includes Company Name, Address, System For Award Management Database At Https://www.sam.gov/portal/sam Sam.gov Unique Entity Id Numbers, Point Of Contact With Phone Number And E-mail Address.
business Size Determination. State Your Firm S Socioeconomic Type And Business Size: Such As (service-disabled Small Business, Veteran Owned Small Business, Small Business, Woman Owned Small Business, Large Business, Etc.).
if Identifying As A Service-disabled Veteran-owned Small Business (sdvosb) Firm (or Jv), Veteran Owned Small Business Firm (vosb) (or Jv), You Must Be Registered In The U.s. Small Business Administration Veterans Small Business Certification (vetcert) Database At: Https://veterans.certify.sba.gov. Provide Evidence Of Certification.
bonding Capacity:
provide A Letter From Your Surety, On Surety Letterhead That Affirms Your Company S Bonding Capacity To Furnish A Bid Bond, Payment Bond, And Performance Bond For A Project Between
$50 - $100 Million.
contractor Capability Statement Shall Include, But Not Be Limited, To The Following:
corporate Experience:
provide Projects In The Past Five (5) Years That Are Valued At Approximately $30m Or Greater In Construction Costs, And
demonstrate Your Company S Experience Constructing Or Managing The Construction Of Projects That Match The Following Characteristics:
a. Va/nca National Cemetery Projects. (if No National Cemetery Experiences Provide Projects Similar Such As Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres).
b. State/local/private Cemetery Projects.
c. Projects Requiring The Construction Of Multiple Features Typical To A National Cemetery Such As Pre-cast, Placed Crypts; Columbaria Niches, Memorial Walls, Cast Or Natural Stone Columbarium Caps, Cast Or Natural Stone Veneers, Turf (sod) Placement And Maintenance, Tree And Shrub Placement And Maintenance, Irrigation Systems With Mainlines Exceeding 4-inch In Diameter, Irrigation Central Control Systems, Roadways, Wetlands/environmental Remediation Or Restoration.
d. Building Construction, Building Remodel, Mass/fine Grading & Excavation, Site Utilities, Paving, New Golf Courses Or Expansions, Regional Parks, Multiple Sport-fields Complexes, Or Multi-phased Land Development Projects Larger Than 10 Acres.
describe Your Experience With As Many Of The Elements Of Construction Identified, Below, As You Can:
i. Mass/fine Grading & Excavation Site Utilities
prefer To See Projects Involving Earth Work And Grading For Cemeteries, Parks, Or Site Development Projects Of At Least 10 Acres.
ii. Site Utilities
demonstrate Experience With Storm Water Management Systems And Site Drainage For Flat Sites.
demonstrate Experience With Potable Water Distribution From A Well, Or Municipal Source.
demonstrate Experience With Sanitary Waste Systems, Both Powts & Municipal.
iii. Paving
paving Projects May Include Private & Local Asphalt Roads; Concrete Curb & Gutter, Asphalt Parking Lots, And Concrete Sidewalk, On Site Development Projects Of At Least 10 Acres.
experience In Missouri Or Similar Climates Is Preferred, But Not Required.
iv. Landscaping
landscaping Projects Involving Planting And Lawn Installation For Cemeteries, Parks, Golf Courses Or Other Site Development Projects Of At Least 10 Acres In Climates Similar To St. Louis, Missouri.
v. Irrigation
irrigation System Installation For Cemetery, Park, Golf Course, Or Other Types Of Development Sites Of At Least 10 Acres. Include Experience With Irrigation Ponds, Wells, Pumping Systems If You Have It.
vi. Precast Concrete Burial Components
demonstrate Experience With Successful Fabrication And Installation Of Precast Crypt And Precast Columbarium, If You Have It.
vii. Phasing And Continuity Of Operations
demonstrate Experience With Best Practices To Successfully Complete Phased Site Work At An Occupied And Functioning Facility In A Way To Minimize Noise And Dust And Minimize Detrimental Effects On Cemetery Operations.
current Project List:
provide A Detailed List Of Ongoing Contracts & Projects. The Description Shall Include:
project Type
award Amount
award Date
estimated Completion Date
---- End Of Contractor Capability Statement Package ---
please Submit Your Comments To The Pla Questionnaire And The Contractor Capability Statement Package Via Email To Joshua Gibson, Contracting Officer, At Joshua.gibson2@va.gov, No Later Than 3:00 Pm Et On January 6, 2025, In The Subject Line State Jefferson Barracks National Cemetery, Phase 1a Expansion And [company Name]". Note That This Mailbox Will Only Accept E-mails Of 15mb In Size Or Smaller, So You May Break Your Submission Into Multiple Emails If Needed. All Information Concerning This Requirement, When It Proceeds To Solicitation, Will Be Posted Only On The Federal Business Opportunities Website (https://sam.gov).
--- End Of Sources Sought Notice ---
Closing Date6 Jan 2025
Tender AmountRefer Documents
South Dublin County Council Tender
Services
Civil And Construction...+1Building Construction
Ireland
Details: Title: Cft 3735 - Single Stage Negotiated Procedure For The Operation Of A Coffee Shop In Tymon Park South Dublin County
description: South Dublin County Council (the Contracting Authority) Is Currently Planning For A Coffee Shop To Be Located, In Tymon Park, South Dublin County Council Area. Tymon Park Is A Large, Popular, Regional Park Owned By South Dublin County Council. Tymon Park Is Located Close To The M50 And The N81. There Are Many Amenities In The Park Including Walking And Cycling Routes, Extensive Lakes And Ponds, Woodlands, Keep Fit Equipment, Colourful Biodiverse Meadows, Playgrounds, Playing Pitches, Teen Areas, Callisthenics And Gym Equipment. Tymon Park Intergenerational Centre The Construction Of A New Purpose-built Intergenerational Centre With Café. Community Meeting Room, Public Toilets, Kitchen, Storage, Serving Area And Internal Seating (see Appendix 4 For The Plan). A New Multi-use External Seating Area On A Terrace Overlooking The Adjacent Park And Lakes The Café Facility Is Located Close To The Main Entrance At Wellington Lane And It Will Have An Outdoor Element. It Is Located Close To The Existing Car Park, Playgrounds And Pitches Work On The Hub Zone Area Including The Café Building Has Commenced And Will Continue Into Q1 2025. Site Visits: The Overall Park Is Accessible To The Public. However If Tenderers Wish To Access The Building (currently Under Construction) That Can Be Arranged. Please Notify E Tenders Via A Query By 10th January 2025. Date Of Site Visits: Week Of The 13th January 2025
Closing Date7 Feb 2025
Tender AmountEUR 1.5 Million (USD 1.5 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Ib: 25df0089-25df0093 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Slope Protection, Barangay Pasong Camachile Ii, General Trias City, Cavite Contract Id No. : 25df0089 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Stone Masonry Wall Net Length : 75.00 Lm Stone Masonry Wall Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 67 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 2, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0090 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage Net Length : 500.00 L.m. Drainage (canal Lining) Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Punta-open Canal Diversion Road, Pasong Kawayan I Section, Genera Trias, Cavite Contract Id No. : 25df0091 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 2.01 Lane Km. Road (6 Lanes) Approved Budget For The Contract : ₱ 46,710,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 158 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities Construction Of Revetment Along Panamitan River, Barangay San Antonio I, Noveleta, Cavite Contract Id No. : 25df0092 Contract Location : Noveleta, Cavite Scope Of Works : Construction Of Revetment Net Length : 588.00 Lm Revetment Approved Budget For The Contract : ₱ 52,470,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 209 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along San Juan River, Phase 3, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0093 (re-advertised) Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 642.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0089-25df0093 Page 2 Of 4 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13 – February 4, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0089-25df0093 Page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On January 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 4, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office 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. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 13, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0089-25df0093 Page 4 Of 4
Closing Date4 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
3971-3980 of 4280 archived Tenders