Building Construction Tenders

Building Construction Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 24.8 Million (USD 428.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00150 : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱24,875,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00150: Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital Contract Id No. : 24b00150 Location : Kasibu, Nueva Vizcaya Brief Project Description : Construction Of Kasibu Municipal Hospital With Power House: Structural Works (excavation, Embankment, Grave Fill, Steel Works(trusses Of Hospital Building), Structural Concrete And Reinforcing Steel Bar, Soil Poisoning, Plumbing Works (installation Of Sewer Line Works, Waterline Works), Finishing Works (masonry, Plastering, Painting Works Of Steel, Metal Deck Installation, Installation Of Door Jambs, Installation Of Roofing Sheets At Hospital Building With Reflective Insulation, Cement Floor Finishes At Power House), Electrical Works (installation Of Conduits, Boxes And Fittings With Wires And Wiring Devices, Panel Boards With Main And Branches Breakers, Installation Of Lighting Fixtures (powerhouse Only), Electronics Works(installation Of Conduits(rough-ins) Of Network Cabling, Cctv, Public Address System) And Mechanical Works(conduits Of Airconditioning System, Automatic Fire Sprinkler System Pipings With Fittings Only, Fire Alarm System Conduits And Wire Without Fixtures) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization • Geotechnical Investigation (soil) Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Sewer Line Works • Cold Water Lines • Frames • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Cement (floor,broom, Plaster) Finish • Non -slip Finish • Painting Works, (steel) • Metal Deck Panel • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Louver Block • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses, Purlins) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv • Public Address System Mechanical Works • Automatic Fire Sprinkler System • Fire Alarm System Approved Budget For The Contract (abc) : ₱24,875,000.00 Contract Duration : 150 Calendar Days Inclusive Of 10 Unworkable/rainy Days, 26 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. 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. 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. Pursuant To Gppb Resolution No. 15- 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 2016 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. 5. 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. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 - February 11, 2025, 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 Twenty Five Thousand Pesos Only (₱25,000.00). 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. 9. 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. 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. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. 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. 14. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 21 - 27, 2025 Conspicuous Place (procurement Bulletin Board): January 21 - 27, 2025

PUBLIC BUILDINGS SERVICE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: 47pb0024r0049amendment 007 amendment 7 Will Attach Three Documents. Attachment 127 Is The Updated Rfi Spreadsheet. Look Specifically At The Last Tab Dated 12/17/2024 For Responses To Various Offeror's Questions.attachment 128 Will Replace Attachment 26 A.0 Sow Cmc Houlton Lpoe Final 2024 08 02 And Is Titled As "128. A.0 Sow Cmc Houlton Lpoe Final Revised 2024 12 17." Note That The Cover Page Incorrectly Still Shows The Previous Date Of August 2, 2024. Attachment 129 Will Replace Attachment 77. Exhibit D 2325-gsa-houlton Me Lpoe_design Options By Specifically Updating Page 2 And Page 3 In Item 77. It Will Be Added As Attachment 129. Exhibit D 2325-gsa-houlton Me Lpoe_design Options. As A Reminder, Amendment 6 Stated Which Attachments Were Deleted (78 Through 94) As Those Are The Updated Files That May Have Been Duplicated. We Are Not Be Reloading Any Of Those Files That Replaced The Deleted Files. 47pb0024r0049amendment 006 the Contracting Officer Has Approved An Extension To January 16, 2025, 2:00 Pm Est For Receipt Of Proposals. The Following Changes Have Been Made: Attachments 78 Through 94 Have Been Deleted In Their Entirety And Replaced With Updated Attachments From The Final Concept Development Documents. The Following Attachments Were Updated And Numbered 99 Through 102; 104 Through 108a; 110 Through 123; And 125 Through 129.specifically, Attachment 126. Houlton Lpoe Cmc Rfi Tracker Sheet Is Updated Through December 6, 2024 Only As Shown Under The Last Tab Of That Document.access To These Documents Will Be Contained Through The Google Drive: Houlton Cmc Secure Documents That May Have Been Granted To Offerors If Already Requested. If You Have Not Completed A Form B And Cbp Nda Form, Please Do So Access Can Be Provided To These Documents. if You Have Any Problems With Access, Please Contact Paul Murphy At Paul.murphy@gsa.gov. 47pb0024r0049amendment 005 the Contracting Officer Has Approved An Extension To December 12, 2024, 2:00 Pm Est For Receipt Of Proposals.additionally, Attachment 99. Houlton Lpoe Cmc Rfi Tracker Sheet 2024 11 22 Is Provided As The Government Response To Additional Comments/question By An Offeror And Hereby Shared With All Offeror's. 47pb0024r0049amendment 004 the Contracting Officer Has Approved An Extension To December 5, 2024, 2:00 Pm Est For Receipt Of Proposals. 47pb0024r0049amendment 003 added Attachments 33. A.7 Gsa P-100 2021 With 2022 Addendum Final (326), 35. D.4 P100 Submittal Matrix V10 cmc 2021, 58. Gsa Program Development Study 100% Pds Report 2021 02 08 (559), And 69. Roof Moisture Analysis Report houlton 2020 06 23 (22) Did Not Get Posted On 10/04/2024. They Are Added Under Amendment 0003. additionally, Attachment 98. Rfi Site Visit Tracker Is Provided As The Government Response To Rfi By Offerors. 47pb0024r0049amendment 002 added Attachment 72 Final Houlton Pre-proposal Meeting Presentation 2024 10 10. A Courtesy Copy Was Sent Via Email To People That Were On The Invitation List Even If They Did Not Attend The Individual Meetings. It It Attached Here So All Contractors, Whether They Requested Attendance Or Not, Will Know Of The Discussions. added Clarifying Price Proposal Language Below: under Volume Ii - Price Proposal - Part 3 - Price Proposal "other Than Certified Cost And Pricing Data" Documentation. Uniformate Ii Classification Framework. under Volume Ii - Price Proposal (1) Contents · Price Proposal On Sf-1442 (signed) â Solicitation, Offor, And Award. The Price Proposal Shall Consist Of The Sf-1442 And The Agreement. Indicate The Total Contract Price From The Completed Contract Price Form In Block 17 Of The Sf 1442, Which Must Be Fully Executed By The Offeror. · A Completed Contract Price Form Included As Part Of The Sf-1442 And In Section Ii Of The Agreement. · Other Than Certified Cost And Pricing Dataâ Documentation. Cost Proposals Must Be Organized And Submitted Using The Uniformat Ii Classification Framework Developed By The American Society For Testing And Materials (astm), Specifically Under The Designation E1557. Costs Shall Be Provided For Project Work At The Level 3 Individual Elements Classification (e.g. A1010 Standard Foundations), And Summarized At The Level 2 Classification (e.g. A10 Foundations). Any Additional Costs That The Offeror Believes Must Be Included Shall Be Well Defined And Included At The Summary Level. the Ira Designated Clins Shall Be Broken Out Separately From The Remaining Requirement. our Uniformat Ii â Level 3 Detail Reference Guide Is Provided To Assist You With This Documentation (see Attachment 97). note: The Price Proposal Must Be Separately Bound From The Phase Ii Technical Proposal. iv.l. Requiring Certified Cost Or Pricing Data [15.403-4] iv.l.a. Far 52.215-20 Requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021), Alternate Iv (oct 2010) (a) Submission Of Certified Cost Or Pricing Data Is Not Required. (b) Provide Data Described Below: Cost Proposals Must Be Organized And Submitted Using The Uniformat Ii Classification Framework Developed By The American Society For Testing And Materials (astm), Specifically Under The Designation E1557. Costs Shall Be Provided For Project Work At The Level 3 Individual Elements Classification (e.g. A1010 Standard Foundations), And Summarized At The Level 2 Classification (e.g. A10 Foundations). Any Additional Costs That The Offeror Believes Must Be Included Shall Be Well Defined And Included At The Summary Level. the Ira Designated Clins Shall Be Broken Out Separately From The Remaining Requirement. our Uniformat Ii â Level 3 Detail Reference Guide Is Provided To Assist You With This Documentation (see Attachment 97). added Attachment 75 Presolicitation In Sam 2024 08 27. added Attachment 76 Pre-proposal Site Visit Attendance Sheet 2024 10 17 added Attachments 77 - 94 Provide Additional Design Information As Requested. 77 Exhibit D_2325-gsa-houlton Me Lpoe_design Options; 78 Exhibit D.1_lpoe Houlton Concept Development Design Package; 79 Exhibit E_ Lpoe Houlton Concept Development Calculation Package; 80 Exhibit E.1_mpbroof Structure; 81 Exhibit F_mep Basis Of Design Narrative; 82 Exhibit G_mep Concept Development Design Alternates; 83 Exhibit G.1 Mepfp Equipment; 84 Exhibit H_houlton Lpoe_facade Options & Ira Lec Materials_concept Development Memo; 85 Exhibit J Houlton Leed Nc Scorecard; 86 Exhibit J.1_gsa Sustainable Buildings_checklist; 87 Exhibit J.2_conceptdevelopmentenergyanalysisnarrative; 88 Exhibit U_(cui) Houlton Me Dbt_msr_fsl; 89 Exhibit V_houlton Lpoe Pre-renovation Rbm Survey Report 2024-06-25; 90 exhibit X_2325-gsa-houlton Me Lpoe_mechanical-electrical Resilience_rev 1; 91 Exhibit Y_flood Level Diagram From 2024-07-02_2325-gsa-houlton Me Lpoe_mechanical-electrical Resilience_rev 1; 92 Exhibit Z_(cui) Passwords; 93 Exhibit Aa_national Operational Excellence Checklists_concept Development; And 94 Exhibit Bb_houlton Me Lpope_concept Development Specifications Table Of Contents. several Required A Completed Form B Under Attachment 5 And A Completed Cbp Nda Authorization Letter Signed For Access. If You Have Alreadysubmitted These To The Contracting Officer Prior To October 24, 2024, Just Email Again For Access. note: The Facade - Precast Panels And Terracotta Rainscreen - Colors Will Be Selected In The Next Phase By The Architecture Engineering (ae) Design Firm Marvel Architectures. Additionally, Hvac - Vrf, The A/e Will Select The Vendor That Meets Most Of The Gsa Requirements (hvac And Controls). added Attachment 95 Ira Program Construction Solicitation Desk Guide - Dated October 1, 2024. This Is A Revision of Any Previous Construction Solicitation Desk Guide That Provides Guidance For Ira-funded Construction Projects that Contain Low Embodied Carbon (lec) Materials, Including Pre-solicitation, Solicitation, And Agreement Guidance, evaluation Factor Requirements, Review And Approval Requirements, And Post-award Requirements. It Also Includes standard Scope Of Work Language For Actions Related To The Construction Project (design Services, Cma, And Cxp services) For Lec Materials, High Performance Green Buildings, And Emerging And Sustainable Technology Projects. added Attachment 96 Houlton Lpoe Cmc Rfi Tracker Sheet 2024 10 23 - Conference Rfis Containing Questions asked By Offeror's And Official Government Responses For The Pre-proposal Conference Only. added Attachment 97 Solicitation Document L - Uniformat Ii - Level 3 Detail Reference Guide Reference Above In pricing Information Area. 47pb0024r0049amendment 001 the Following Changes Were Made Effective On 10/08/2024: a. Replaced 5. Form B - Request For Construction Documents 2024 10 04 With 5. Form B - Request For Construction Documents 2024 10 08 And Unlocked It. b. Replaced6. Cbp Non-disclosure Agreement Form 2024 10 04 With6. Cbp Non-disclosure Agreement Form 2024 10 08 And Unlocked It. c. Replaced 7. Pre-proposal Conference R1 2024 10 04 With 7. Pre-proposal Conference R1 2024 10 08 Which Provides The Following Clarification: 1. Thepre-proposal Conferencewill Be Held Virtually Onoctober 10, 2024 At 10:00 Am. 2.questions/requests For Information/clarificationsfrom The Offerorswillbe Due Nltoctober 18, 2024, At 2:00 Pm.these Should Be Sent Topaul.murphy@gsa.gov. 3. The Government Will Post Responses To The Offeror'squestions/requests For Information/clarificationsas An Amendment To The Solicitation In Sam.govon Or About October 25, 2024. d. Replaced 8. Pre-proposal Site Visit R1 2024 10 04 With Attachment - 8. Pre-proposal Site Visit R1 2024 10 08 Which Provides The Following Clarification: 1. The Site Visitwill Be Held Onoctober 17, 2024 At 1:00 Pm. 2.questions/requests For Information/clarificationsfrom The Offerorswillbe Due Nltoctober 25, 2024, At 2:00 Pm.these Should Be Sent Topaul.murphy@gsa.gov. 3. The Government Will Post Responses To The Offeror'squestions/requests For Information/clarificationsas An Amendment To The Solicitation In Sam.govon Or About November 1, 2024. e. Added New Attachment - 73. Contract Price Form Spreadsheet 2024 08 28. f. Added New Attachment - 74. Cost Accounting Standards Board Disclosure Statement Casb Ds-1 Omb Form Number 0348-0051 a. The Corrected Proposal Due Date Is Thursday, November 21, 2024. this Is A Construction Manager As Constructor (cmc) / Construction Manager As Risk (cmar) Services For U.s. Customs And Border Protection (cbp) Land Port Of Entry (lpoe) At Houlton, Maine. The Cmc/cmar Services Is For The Facilities Repair And Alterations Project And Includes Requirements For Design Phase Services And Construction Phase Services. design Phase Services Will Be Awarded On A Firm-fixed Price Basis. Construction Phase Services Will Be Awarded With A Guaranteed Maximum Price (gmp). This Project Is Part Of The Bipartisan Infrastructure Law (bil) And Is Also Targeted For Inflation Reduction Act (ira) Funding. this Solicitation Sets Forth Requirements For Proposals For A Contract To Construct The Project Described In The Solicitation Documents. Proposals Conforming To The Solicitation Requirements Will Be Evaluated In Accordance With The Method Of Award Set Forth Herein. the Government Will Award The Contract To The Selected Offeror, Subject To The Conditions Set Forth Herein. the Offeror's Proposal Submitted In Response To This Solicitation Shall Constitute A Firm Offer. No Contract Shall Be Formed Unless And Until The Contracting Officer Has Countersigned The Sf 1442 Submitted By An Offeror And Delivered Back To The Contractor, A Copy Of The Sf 1442 With Original Signatures Together With The Agreement Reflecting The Offeror's Proposed Prices. offers Providing Less Than One Hundred And Twenty (120) Calendar Days For Government Acceptance After The Date Offers Are Due Will Not Be Considered And Will Be Rejected. the Magnitude Of Construction Is Estimated Within The Range Of $22,000,000 And $32,000,000. Offeror's Are Cautioned That Price Proposals Exceeding This Range May Be Determined Ineligible For Award Based On Budgetary Limitations. This Range Does Include Potential Inflation Reduction Act (ira Funding). price Proposal Exceeding This Range May Be Eligible To Have Their Technical And Price Proposal Evaluated Unless The Contracting Officerdetermines That The Number Of Proposals That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted. The Contracting Officer May Limit The Number Of Proposals In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Proposals. technical And Price Proposals Must Be Clearly Labeled And Must Be Sent As Separate Attachments So They Can Be Evaluated Separately. Failure To Do So Will Determine The Offeror's Submission As Non-responsive And Will Be Eliminated. The Contracting Officer And/or Contracts Specialist Will Not Be Responsible To Separate Any Technical Document That Contains Pricing Information. this Solicitation Is Not Set Aside For Small Business, However, Both Small And Large Businesses Are Encouraged To Participate. Offeror's Must Ensure That Sam.gov Shows That The Offeror Has North American Industry Classification System (naics) Code 236220 (commercial And Institutional Building Construction) And Meets The Small Business Size Standard Is $39.5 Million Average Annual Receipts. It Is The Responsibility Of The Offeror To Ensure This Information Is Updated At The Time Of Submission Of Their Proposal. see The "a. Presolicitation In Sam 2024 08 27" For Additional Details. Changes To The Presolicitation Include:the Solicitation Posting Date Has Changed From September 26, 2024 To October 3, 2024.the Proposal Submission Date Has Changed From November 26, 2024, 2:00 Pm Est To November 11, 2024, 2:00 Pm Est. for Access To Public Building Services (pbs) General Services Administration (gsa) Documents, See "b. Form B - Request For Construction Documents 2024 08 07" That Must Be Completed In Its Entirety And Signed.failure To Complete This Document In A Timely Manner Does Not Warrant Any Request For An Extension To The Proposal Due Date. The Document Must Be Sent To Paul.murphy@gsa.govbefore Access To These Pbs/gsa Documents Are Provided. additionally, The Department Of Homeland Security, U.s. Customs And Border Protection, Facilities Management And Engineering Field Operations, Facilities Program Management Office, Non-disclosure Agreement. See "6. Cbp Non-disclosure Agreement Form 2024 10 04" That Must Be Completed In Its Entirety And Signed. This Document Must Be Sent To Lawrence.a.comiskey@cbp.dhs.gov And A Copy Sent To Paul.murphy@gsa.gov Before Access To Cbp Documents Are Provided. a Pre-proposal Conference Is Scheduled For Thursday, October 10, 2024, At 10:00 Pm Est. A Letter Is Attached To This Solicitation "7. Pre-proposal Conference 2024 10 04". a Pre-proposal Site Visit Is Scheduled Forthursday, October 17, 2024, At 01:00 Pm Est.a Letter Is Attached To This Solicitation "8. Pre-proposal Site Visit 2024 10 04". there Are 71 Attachments To This Solicitation.

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 64.5 Million (USD 1.1 Million)
Description: 24b00127: Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao , Construction Projects ,department Of Public Works And Highways - Region Ii

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 9.6 Million (USD 164.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00131 (re-advertisement) : Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱9,650,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00131: Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii Contract Id No. : 24b00131 Location : Brgy. Lullutan, Ilagan City, Isabela Brief Project Description : 2 Storey Senior Citizens Building (12.00m X 16.25m) Whole Building Earthworks, Plain And Reinforced Concrete Works, Finishing And Other Civil Works, Electrical Works, Plumbing Works, Electronics Works And Mechanical Works (1-7.2kw /3 Ton Cabinet Type Floor Mounted Airconditioner,1 Phase Power Supply With Minimum Cooling Capacity Of 25,000 Btu/hr, Inverter, Including Copper Tubing, Steel Bracket, Hardware And Accessories) Not Included In Finishing Works(second Floor Cr Modular Partition, Built-up Preformed Membrane At Second Floor Cr, Unglazed Tiles At Second Floor Including Wall Of Cr, Painting Works Of Interior Of Second Floor Wall And Ceiling, Railings Of Stairs(main Stair And Exit Stair), Electrical Works(second Floor Interior Lighting Fixtures), Mechanical Works (second Floor Exhaust Fan Fixture, And All Airconditioning Unit Except The Above Mentioned) Plumbing Works( Catch Basin And Drain Pipes Connecting Each Catch Basin) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 And 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling • Modular Partition • Finishing Hardware • Aluminum Framed Glass Doors (sliding & Swing Type) • Aluminum Glass Windows, (sliding, Casement, Awning & Fixed) Type • Doors, (wood Panel) • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, Gauge 26, 0.60 Mm, (ridge/hip Rolls • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing Cement-base • Built-up And Preformed Membrane • Unglazed Tiles • Cement (floor & Plaster) Finish • Decorative Stones • Painting Works, (masonry/concrete & Steel) • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses & Purlins) • Railing • Storm Drainage And Downspout • Sewer Line Works • Septic Vault (chb/ Concrete) • Sanitary/plumbing Fixtures • Cold Water Lines Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Electric Wire • Single Pole Wall Switch On One Switch Plate • Duplex (2 Single Pole Wall Switches On One Switch Plate) • Triplex (3 Single Pole Wall Switches On One Switch Plate) • Three (3) - Way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Exhaust Fan, (ceiling Cassette) • Air Conditioning System Approved Budget For The Contract (abc) : ₱9,650,000.00 Contract Duration : 120 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 26 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. 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 Buildings. 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. Pursuant To Gppb Resolution No. 15- 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 2016 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. 5. 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. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, 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. 9. 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. 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. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. 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. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 98 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Bohol 3rd District Engineering Office Guindulman, Bohol, Regional Office Vii Invitation To Bid December 2, 2024 1. The Department Of Public Works And Highways – Bohol 3rd District Engineering Office, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts: 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 Road, Barangay Calunasan Norte To Barangay Oy, Loboc, Bohol Contract Id No. : 25hb0088 Location : Loboc, Bohol Scope Of Works : Construction Of Concrete Road Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 244 C.d. Source Of Fund : Gaa Fy 2025 1. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For C & D; B For Medium A The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. 2. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh Bohol 3rd District Engineering Office, And Inspect The Bidding Documents At Sawang, Guindulman, Bohol During Weekdays From 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 4 To December 23, 2024 For Contract Ids No. 25hb0086 To 25hb0098 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 6. 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. 7. The Dpwh Bohol 3rd District Engineering Office Will Hold A Pre-bid Conference On December 11, 2024 At 10:30am At The Bac Conference Room Bohol 3rd District Engineering Office, Which Shall Be Open To Prospective Bidders. 8. 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 Bidding Documents. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bohol3@dpwh.gov.ph For Electronic Submission On Or Before December 23, 2024 12:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening For Contract Ids No. 25hb0086 To 25hb0098 Shall Be On December 23,2024 2:00pm At Bac Conference Room Bohol 3rd 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. 11. The Dpwh Bohol 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidders Shall Pay The Bac An Applicable Fee Of Php50,000.00 For Contract Ids No. 25hb0086, 25hb0088, 25hb0091, Php25,000.00 For Contract Ids No. 25hb0089, 25hb0092, 25hb0093, 25hb0094, 25hb0095, 25hb0096, 25hb0098; Php10,000.00 For Contract Ids No. 25hb0087, 25hb00090 & 25hb0097 For The Bidding Documents, Upon Securing Hard Copies Of The Documents. Bidders That Downloaded The Documents From The Dpwh/philgeps Website Shall Pay The Fee Upon Submission Of Their Bids. Any Request For Additional Information Concerning This Bidding Shall Be Directed To The Following: Bac Chairperson : Juanito A. Olaño Bac Secretariat Head : Marcela B. Dalen Address : Dpwh Bohol Iii Deo Address : Dpwh Bohol Iii Deo Guindulman, Bohol Guindulman, Bohol Telephone No. : 038-411-5027 Telephone No. : 038-411-5027 Email Address : Dpwh_bohol3rd@yahoo.com.ph Email Address :dpwh_bohol3rd@yahoo.com.ph Approved By: Juanito A. Olaño Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Description: 25ei0147 - Construction Of Multi-purpose Building At Barangay San Antonio, Gloria, Oriental Mindoro_171 , Construction Projects ,department Of Public Works And Highways - Southern Mindoro District Engineering Office

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 14.7 Million (USD 251.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas Iii District Engineering Office J. Gonzales St., Barangay 4, Tanauan City, Batangas, Region Iv-a Invitation To Bid (cw-2025-009) The Department Of Public Works And Highways (dpwh) Batangas Iii District Engineering Office, Tanauan City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Contract Id : 25dc0106 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Sipag - Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Road At Barangay Tumaway, Talisay, Batangas (phase 2) Contract Location : Talisay, Batangas Scope Of Works : Construction Of Road Physical Target : L = 1.194 Lane Kilometers Approved Budget For The Contract (abc) : Php14,700,000.00 Source Of Fund : Gaa 2025 Contract Duration : 120 Cd Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bac Is Conducting The Public Bidding For The Above-mentioned Contract(s) Pursuant To Gppb Circular No. 06-2019 Dated July 17, 2019, Guidelines On The Implementation Of Early Procurement Activities (epa) In Relation To The Provisions Of Republic Act No. 9184 And Its Revised Implementing Rules And Regulations (rirr). Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (rirr) Of Republic Act 9184 (r.a. 9184) Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Bidder With The Lowest Calculated And Responsive Bid (lcrb) That Will Be Determined During Post-qualification. Interested Bidders May Obtain Further Information From The Dpwh-batangas Iii District Engineering Office, Tanauan City And Inspect The Bidding Documents At J. Gonzales Street, Poblacion Barangay 4, Tanauan City During Weekdays From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 6, 2025, 8:00 Am-5:00 Pm From Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Corresponding Bids. The Dpwh-batangas Iii District Engineering Office, Tanauan City Will Hold A Pre-bid Conference On January 24, 2025, 10:00 Am At The Address Specified Below Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bid Data Sheet (bds). Bids Must Be Duly Received By The Bac Secretariat At The Address Mentioned Above For Manual Submission Or At Electronicbids_batangas3@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025, 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be Conducted On February 6, 2025, 9:00 Am At The Address Specified Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Said Address. Late Bids Shall Not Be Accepted. If At The Time Of The Post–qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of R.a. 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. The Dpwh-batangas Iii District Engineering Office, Tanauan City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (rirr) Of R.a. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Angelita L. Basco Bac Chairperson Email Address: Basco.angelita@dpwh.gov.ph Lilibeth M. Cuevas Bac Secretariat Head Procurement Unit Email Address: Cuevas.lilibeth@dpwh.gov.ph Dpwh-batangas Iii District Engineering Office J. Gonzales St., Poblacion Barangay 4, Tanauan City Telephone No. (043) 778-6019 For Downloading Bidding Documents: Www.dpwh.gov.ph For Online Submission: Electronicbids_batangas3@dpwh.gov.ph January 17, 2025 Approved: Angelita L. Basco Engineer Iii Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 14.7 Million (USD 251.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas Iii District Engineering Office J. Gonzales St., Barangay 4, Tanauan City, Batangas, Region Iv-a Invitation To Bid (cw-2025-009) The Department Of Public Works And Highways (dpwh) Batangas Iii District Engineering Office, Tanauan City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Contract Id : 25dc0109 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Sipag - Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Road At Barangay San Felix, Santo Tomas City, Batangas Contract Location : Santo Tomas City, Batangas Scope Of Works : Construction Of Road Physical Target : L = 2.048 Lane Kilometers Approved Budget For The Contract (abc) : Php14,700,000.00 Source Of Fund : Gaa 2025 Contract Duration : 120 Cd Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bac Is Conducting The Public Bidding For The Above-mentioned Contract(s) Pursuant To Gppb Circular No. 06-2019 Dated July 17, 2019, Guidelines On The Implementation Of Early Procurement Activities (epa) In Relation To The Provisions Of Republic Act No. 9184 And Its Revised Implementing Rules And Regulations (rirr). Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (rirr) Of Republic Act 9184 (r.a. 9184) Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Bidder With The Lowest Calculated And Responsive Bid (lcrb) That Will Be Determined During Post-qualification. Interested Bidders May Obtain Further Information From The Dpwh-batangas Iii District Engineering Office, Tanauan City And Inspect The Bidding Documents At J. Gonzales Street, Poblacion Barangay 4, Tanauan City During Weekdays From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 6, 2025, 8:00 Am-5:00 Pm From Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Corresponding Bids. The Dpwh-batangas Iii District Engineering Office, Tanauan City Will Hold A Pre-bid Conference On January 24, 2025, 10:00 Am At The Address Specified Below Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bid Data Sheet (bds). Bids Must Be Duly Received By The Bac Secretariat At The Address Mentioned Above For Manual Submission Or At Electronicbids_batangas3@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025, 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be Conducted On February 6, 2025, 9:00 Am At The Address Specified Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Said Address. Late Bids Shall Not Be Accepted. If At The Time Of The Post–qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of R.a. 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. The Dpwh-batangas Iii District Engineering Office, Tanauan City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (rirr) Of R.a. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Angelita L. Basco Bac Chairperson Email Address: Basco.angelita@dpwh.gov.ph Lilibeth M. Cuevas Bac Secretariat Head Procurement Unit Email Address: Cuevas.lilibeth@dpwh.gov.ph Dpwh-batangas Iii District Engineering Office J. Gonzales St., Poblacion Barangay 4, Tanauan City Telephone No. (043) 778-6019 For Downloading Bidding Documents: Www.dpwh.gov.ph For Online Submission: Electronicbids_batangas3@dpwh.gov.ph January 17, 2025 Approved: Angelita L. Basco Engineer Iii Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 19.6 Million (USD 335.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas Iii District Engineering Office J. Gonzales St., Barangay 4, Tanauan City, Batangas, Region Iv-a Invitation To Bid (cw-2025-009) The Department Of Public Works And Highways (dpwh) Batangas Iii District Engineering Office, Tanauan City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Contract Id : 25dc0113 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Sipag - Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Taal Lake Circumferential Road (balete Section), Balete, Batangas Contract Location : Balete, Batangas Scope Of Works : Construction Of Road Physical Target : L = 0.574 Lane Kilometer Approved Budget For The Contract (abc) : Php19,600,000.00 Source Of Fund : Gaa 2025 Contract Duration : 180 Cd Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bac Is Conducting The Public Bidding For The Above-mentioned Contract(s) Pursuant To Gppb Circular No. 06-2019 Dated July 17, 2019, Guidelines On The Implementation Of Early Procurement Activities (epa) In Relation To The Provisions Of Republic Act No. 9184 And Its Revised Implementing Rules And Regulations (rirr). Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (rirr) Of Republic Act 9184 (r.a. 9184) Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Bidder With The Lowest Calculated And Responsive Bid (lcrb) That Will Be Determined During Post-qualification. Interested Bidders May Obtain Further Information From The Dpwh-batangas Iii District Engineering Office, Tanauan City And Inspect The Bidding Documents At J. Gonzales Street, Poblacion Barangay 4, Tanauan City During Weekdays From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 6, 2025, 8:00 Am-5:00 Pm From Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Corresponding Bids. The Dpwh-batangas Iii District Engineering Office, Tanauan City Will Hold A Pre-bid Conference On January 24, 2025, 10:00 Am At The Address Specified Below Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bid Data Sheet (bds). Bids Must Be Duly Received By The Bac Secretariat At The Address Mentioned Above For Manual Submission Or At Electronicbids_batangas3@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025, 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be Conducted On February 6, 2025, 9:00 Am At The Address Specified Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Said Address. Late Bids Shall Not Be Accepted. If At The Time Of The Post–qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of R.a. 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. The Dpwh-batangas Iii District Engineering Office, Tanauan City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (rirr) Of R.a. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Angelita L. Basco Bac Chairperson Email Address: Basco.angelita@dpwh.gov.ph Lilibeth M. Cuevas Bac Secretariat Head Procurement Unit Email Address: Cuevas.lilibeth@dpwh.gov.ph Dpwh-batangas Iii District Engineering Office J. Gonzales St., Poblacion Barangay 4, Tanauan City Telephone No. (043) 778-6019 For Downloading Bidding Documents: Www.dpwh.gov.ph For Online Submission: Electronicbids_batangas3@dpwh.gov.ph January 17, 2025 Approved: Angelita L. Basco Engineer Iii Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Cavite 3rd Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 7. 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 Road, Phase 10, Barangay Paliparan Iii-barangay Paliparan Ii , Dasmariñas City, Cavite Contract Id No. : 25dq0078 Contract Location : Dasmariñas City, Cavite Scope Of Works : Construction Of Concrete Road And Construction Of Road Slope Protection Structure Approved Budget For The Contract : Php 144,749,973.83 Net Length : 605.00 L.m. Source Of Funds : Regular Infra Fy 2025 Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : Php 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), 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 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 3rd 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 09, 2025 – January 30, 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 3rd District Engineering Office, Will Hold A Pre-bid Conference On January 17, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite, And Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g Which Shall Be Opened 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_cavite3@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 @ 9:00 A.m. At 2nd Floor Bidding Room, Dpwh, Cavite 3rd Deo, Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Video Conferencing Via Zoom And Live-streamed On Youtube Https://www.youtube.com/channel/ucslhgizplwhwv3noujroi4g. 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 3rd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 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. For Further Information, Please Refer To: Reimart Regin P. Bautista Bac Chairperson Chief, Planning And Design Section Email Address: C3deo.procurement@gmail.com Ramil L. Juliano Bac Secretariat Head Procurement Unit Email Address: C3deo.procurement@gmail.com Department Of Public Works And Highways Cavite 3rd District Engineering Office Phase 7 Carmona Estates, Brgy. Lantic, Carmona City, Cavite 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph; Philgeps.gov.ph For Online Bid Submission At Electronicbids_cavite3@dpwh.gov.ph January 09, 2025 Approved By: Reimart Regin P. Bautista Chief, Planning And Design Section Bac Chairperson
4531-4540 of 4648 archived Tenders