Cctv Tenders

Cctv Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
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 24b00127 (re-advertisement) : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao 1. The Dpwh Regional Office Ii, Through The 2024 Ps-dbm Revolving Fund Intends To Apply The Sum Of ₱64,525,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00127: Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao. 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 Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao Contract Id No. : 24b00127 Location : Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Brief Project Description : Ps-dbm Building, Generator Set With Generator Set House And Concrete Pavement, Building = 23.0 X 33.8 Meters Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture /fixtures Equipment & Appliances For The Field Office Of The Engineer Other General Requirements • Permits And Clearances • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Additional Geotechnical Investigation Earthworks • Trees (furnishing And Transplanting) • Clearing And Grubbing • Removal Of Trees • Structure Excavation • Embankment (from Structure Excavation And Borrow) • Gravel Fill Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, 0.15m Thick, 14-day Concrete Plain And Reinforced Concrete Works • Structural Concrete, (3000 & 4000) Psi, Class A, 28 Days • Lean Concrete • Reinforcing Steel Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling, Metal Frame, Gypsum Board • Aluminum Metal Cladding • Modular Partition • Louver Window • Flush Door • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning, Fixed) Type • Frames (jambs, Sills, Head, Transoms And Mullions) • Doors, (flush, Wood Panel) • Roll-up Doors • Waterproofing, Liquid • Built-up And Preformed Membrane • Canopy Drain With Strainer • Unglazed Tiles • Cement (floor, Plaster) Finish • Stucco Finish • Painting Works, (masonry/concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel), (100 & 150) Mm • Louver Block • Metal Structure Accessories • Metal Railing (steel) • Sanitary/plumbing Fixtures • Cold Water Lines • Sewer Line Works • Storm Drainage And Downspout Electrical Works • Rigid Steel Conduit • Rigid Polyvinyl Chloride Pipes (pvc/upvc) • Boxes/wire Gutter • Fittings And Accessories • 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-way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Pop-up Type/floor Duplex Convenience Outlet/receptacle (gt) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pad Mounted Distribution Transformer (oisc) With Complete Accessories • Generator (single Or Three Phase - Standby) • Lighting Fixtures Electronic Works • Network Cabling • Cctv System • Network Video Recorder • Lcd, Led Monitor • Door Access And Card Reader System • Public Address System • System Management Amplifier • Remote Microphone • Ceiling Speaker • Wall Mount Speaker • Wires/cables • Fire Alarm System • Smoke Detector With Base • Heat Detector With Base • Fire Alarm Control Panel • Manual Pull Station Switch • Back-up Battery Pack Mechanical Works • Ventilating Equipment • Exhaust Fan (ceiling Cassette, Wall Mounted, Wall Mounted, Industrial Type) • Booster Pump With Control • Water Tank (stainless) • Fire Department Connections For Wet And Dry Type System • Air Conditioning System (vrf/vrv) • Service Elevator Approved Budget For The Contract (abc) : ₱64,525,000.00 Contract Duration : 243 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 47 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 Medium A. 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 Fifty Thousand Pesos Only (₱50,000.00). 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
Closing Date30 Jan 2025
Tender AmountPHP 64.5 Million (USD 1.1 Million)

Department Of Education Division Of Negros Occidental Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid The Deped-division Of Negros Occidental Through Its Bids And Awards Committee, Invites Possible Contractors For The Supply And Delivery Of Ib - Supplies And Equipment For The Conduct Of Procurement Of Safety And Emergency Supplies And Equipment With Approved Budget For The Contract (abc) Of One Million Four Hundred Fifty Thousand Five Hundred Pesos Only (php 1,450,500.00); Lot No. Unit Item Description Quantity Estimated Cost/ Set Approved Budget For The Contact (php) 1 Unit Portable Public Address System 12v Dc/in Out Bluetooth Usd Sd Playback Fm Radio Lcd Display 2 Wireless Microphone Remote Control 5 Band Equalizer 16 11,550.00 184,800.00 Set Trauma Bag With Contents For 20-25 Person - Trauma Bag - Waterproof, Nylon -1 Aneroid Sphygmomanometer -1 Stethoscope -1 Non-contact Thermometer -1 Retractable Tourniquet -1 Pulse Oximeter -100 Band Aid -1 Hot And Cold Pack -100 4x4 Gauze Pad -100 Povidone-iodine Swabs -50 Surgical Masks -1 500ml Hydrogen-peroxide -1 120 Ml Povidone-iodine -10 Cotton Applicators -1 Penlight -1 Triangular Bandage -1 Emergency Blanket -1 100ml Sterile Water - 1-liter Pnss Irrigation - 1 150 Ball Cotton Balls - 3pcs 1cc Disp. Syringe - 3pcs 3cc Disp. Syringe - 3pcs 5cc Disp. Syringe - 100 Surgical Gloves -1 Surgical Scissor -1 Bandage Scissor -2 1inch Surgical Tape -2 1/2inch Surgical Tape -2 Elastic Bandage 2 X 5 -2 Elastic Bandage 3x5 -2 Elastic Bandage 4x5 -2 Gauze Bandage 2x10 -4 Sterile Eyepads 28 15,000.00 420,000.00 Unit Fire Extinguisher - Non-conductive - Ideal For All Classes Of Fire (abc) - Bureau Of Fire Protection Philippine Standards - Free Wall Bracket (bracket Only, No Screws.) 53 1,350.00 71,550.00 Unit Megaphone - Easy To Carry And Strong Penetration Force - Strong And Durable - Adjustable Alarm Volume - Full Can Play Continuously For 12 Hours. - Voltage:200hz-15khz - 19cm Long Lanyard, Easy To Place 2 2,750.00 5,500.00 Piece Power Spray - Engine Power: 5.5hp - Spraying Pressure: 300-500psi - Fuel: Gasoline - Single Cylinder, 4 Stroke, Air Cooled, Ohv 20 16,000.00 320,000.00 Piece Traffic Vest - With Pockets - Color: Neon Yellow 58 500.00 29,000.00 Piece Spine Board - The Stretcher Is Molded By Hdpe Material Without Pollution Release. - It Can Float On Water And Can Be Use In X-ray Or Ct Scan. - Equipped With Safety Belts - Size 187x48x7cm 2 2,500.00 5,000.00 Unit Wheelchair Seat Width :45cm And Seat Height :47cm Foldable And Solid Front Wheel: 8inches Solid Rear Wheel: 22 Inches Aluminum Frame 16-inch Fully Solid Rear Wheels Are Stable And Durable 2 6,000.00 12,000.00 Unit Solar Street Lights -radar Sensor Lights Up, Upgraded Components, Fast Sensors -upgraded Light Source, Low Consumption And High Efficiency -no Power Or Wiring Required To Meet Your Needs 26 1,400.00 36,400.00 Unit Cctv -hard Disk - 1tb -power Supply - 12 Volts 1amp 4x -produces Color Image With A Resolution Of 2000mp As Well As 1920 X 1080pixels Videos. 9 16,000.00 32,000.00 Unit Portable Power Station (500 Watts-120000mah) - 1pc Usb Output:5v 2.4a - 3pcs Dc Bulbs Jack-12v/8alcd Display/led Light - Optional Built In 500w Inverter - Solar Panel:(dc15v-20v) 50w/80w/100w - Product Weight:5.46kg 2 16,000.00 32,000.00 Unit Chainsaw - Fuel: Mixture (gasoline 25: 2-cycle Oil) - Fuel Tank Capacity: 550ml - Chain Oil: Motor Oil - Oil Tank Capacity: 260ml - Engine Displacement: 52cc - Max. Engine Speed: 11000 Rpm Max 2 16,000.00 32,000.00 Unit Flood Lights - Die-casting Aluminum Crust - High Intensity Toughened Glass Cover - High-purity Aluminum Reflector - Single High Powerful Led Light Source 8 2,000.00 16,000.00 Unit Steel Cabinet - Powder Coating - 3 Drawer And Central Lock - Material Steel Gauge20 Thickness 1 7,000.00 7,000.00 Unit Foldable Stretcher - The Main Material Is High -strength Aluminum Alloy Which Is Hardened And Surface Treated. - Equipped With Portable Handbag. - Unfolded Size: 215x52x13cm - Folded Size: 110x18x10cm - Loading Bearing: 159kg 2 2,550.00 5,100.00 Unit Folding Beds - Load Bearing: 200 Kg 2 3,000.00 6,000.00 Unit Boots For Flooding - Waterproof & Durable - Washable, Easy To Clean & Odor Resistant - Shock Absorbent 11 400.00 4,400.00 Unit Flashlight - Battery: 1*18650 Built-in Lithium Battery - Charging Method: Usb Charging - Waterproof: Life Waterproof Products - Gear Position: Main Light Osl-high-bright-slightly-blinking 10 500.00 5,000.00 Unit Handheld Transceiver - Output: 5w/1w - Frequency Range: 136.00-174.00 Mhz - Frequency Step Setting - 50 Ctcss And 104 Dcs Codes - Relay Forwarding Confirmed (1750 Hz) 5 2,150.00 10,750.00 Unit Slowdown Signage (school Zone) -15.4 X 11.5 Inches 1 3,400.00 3,400.00 Unit Rope (twine) - The 8mm Diameter Rope Is Pure White. - Can An Withstand 255kg Tension 50 50.00 2,500.00 Unit Tornado Mop - Rotate: 360 Degrees - Telescopic Rod Length: 85-125cm - Product Includes: 1*bucket, 1*stainless Steel Rod, 1*dehydrate Steel Basket, 1/2/3/5*microfiber Mop Heads Refill 11 500.00 5,500.00 Unit Generator - 3.5hp | 1500w/1300w Gasoline Generator - Model: Ge15006-5p - Rated Frequency(v-hz): 60hz - Engine Type: Air-cooled, 4-stroke, Gasoline Engine - Fuel Tank Capacity(l/gal): 5.5/1.45 - Cooling System: Air-cooled - Weight: 23.25kg 4 15,600.00 62,400.00 Unit Heavy Duty Rechargeable Flashlight - 26650 Lithium Battery - Head Diameter 3.8cm * Length 15.4cm - Life Waterproof - [5 Modes]: Strong Light - Medium Light - Low Light - Strobe – Sos - Ipx8 Waterproof 8 1,950.00 15,600.00 Unit Aluminun Ladder Heavy Duty - Ultimate Combination Of Light Weight, Stability And Strength. - The Slip-resistant Treads And Stair-like Design Provide Unmatched Comfort And Stability. - The Jumbo Step Will Stand Up To Professional And Industrial Use And Is Rated To Hold Up To 300 Kgs. 3 3,800.00 11,400.00 Unit First Aid Cabinet - Material: Plastic - Decorative, With Handle, With Lid - 3 Layer Design: Foldable Layers Inside The Storage. - Handy For Storing Medication, Tablets And Supplements. 4 800.00 3,200.00 1. The Deped-division Of Negros Occidental Invites Bid On Ib - Supplies And Equipment For The Conduct Of Procurement Of Safety And Emergency Supplies And Equipment. 2. Completion Of The Works Required Is Forty-five (45) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat, Legal Section/office Of The Procuring Entity And Inspect The Bidding Documents At The Address Given Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City From 8:30 In The Morning To 5:00 In The Afternoon Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 (monday) From The Bac Secretariat In The Amount Of Five Thousand Pesos (php 5,000.00) For Abc Less Than Five Million Pesos (php 5,000,000.00), Ten Thousand Pesos (php 10,000.00) For Abc More Than Five Million (php 5, 000,000.00) And Twenty-five Thousand Pesos (php 25, 000.00) For Abc More Than Ten Million (php 10, 000,000.00). 6. Bidding Shall Be Made Per Lot. Hence, An Interested Bidder Shall Purchase Bidding Document On Per Lot Basis. 7. The Deped-division Of Negros Occidental Will Hold A Pre-bid Conference On January 21, 2025 (tuesday), 10:00 Am At Lrmds Building, Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 Am Of February 3, 2025 (monday) At Lrmds Building, Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City. 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 On Of February 3, 2025 (monday) At 10:00 Am At Lrmds Building, Deped-division Of Negros Occidental Compound, Cottage Road, Bacolod City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. All Bidders’ Representative Shall Present To The Bac Its Authority From Their Respective Company. 10. The Deped-division Of Negros Occidental 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. 11. For Further Information, Please Refer To: Riza G. Gea Bac-secretariat Chairperson Julito L. Felicano Bac - Chairman Deped-division Of Negros Occidental
Closing Date3 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.8 K)

Western Visayas Sanitarium Doh Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Health Western Visayas Sanitarium And General Hospital Santa Barbara, Iloilo Invitation To Bid For Completion Of Bucas Center Ib No. 2025-02-003-i The Western Visayas Sanitarium And General Hospital, Through Its Bids And Awards Committee (bac), Invites Contractors/bidders To Apply For Eligibility And To Bid For The Hereunder Projects: Name Of Project : Completion Of Bucas Center Location : Western Visayas Sanitarium And General Hospital Approved Budget For : Php 16,611,396.22 The Contract (abc) Fund Source : Caf No. 2025-008-gf Dated January 24, 2025 Contract Duration : 120 Calendar Days Description Quantity Amount Conversion Of Center For Infectious Diseases To Bucas Center 1 Cont. Job General Provisions 1. Mobilization/demobilization 1 Lot 2. Temporary Facilities 1 Lot 3. Project Bill Board 1 Lot 4. Safety And Health Program 1 Lot 5. Occupancy Permit 1 Lot Architectural Works Third Floor Interior 1. Masonry 330 Sq.m 2. Plastering 778.80 Sq.m 3. Dry Wall Partition 193 Sq.m 4. Ceiling (aluminum Panel & Fiber Cement Board) 734 Sq.m 5. Tile (floor, Toilets & Balcony) 866 Sq.m 6. Water Proofing (toilets & Balcony) 120 Sq.m 7. Doors, Windows & Glass Partitions 1 Lot • D1 - 80cmx210cm Flush Door, 6mm Thick Marine Plywood On 2"x3" Solid Hard Wood Frame & 2"x6" Solid Hard Wood Jamb, With Stainless Heavy Duty Lever Type Door Knob ,4-stainless Ball Bearing Hinges 4"x4", Door Stopper, 6mm Thick Viewing Glass, Complete Accessories 9 Set • D2 - 160cmx210cm Double Glass Door, 12mm Thick Clear Glass On Aluminum Frame With 1m Long Stainless Handle Both Sides, Complete Accessories 4 Set • D3 - 80cmx210cm Steel Door With Louver, With Stainless Heavy Duty Lever Type Door Knob ,stainless Heavy Duty Hinges, Door Stopper, Complete Accessories 1 Set • D4 - 70cmx210cm Pvc Door With Louver, With Stainless Heavy Duty Lever Type Door Knob, Complete Accessories 6 Set • D5 - 90cmx210cm Glass Door, 12mm Thick Clear Glass On Aluminum Frame With 1m Long Stainless Handle Both Sides, Complete Accessories 1 Set • W1 (1m X 0.4m) - 6mm Thick Clear Awning Window 2 Set • Glass Partition 1(2.625m X 12.16m) - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame With Double Glass Door 12mm Thick Clear Glass. Complete Accessories & 1m Long Stainless Handle Both Sides Per Door. 1 Set • Glass Partition 2 (2.625m X 9.85m) - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame With 2 - Glass Door 12mm Thick Clear Glass, Sliding Transaction. Complete Accessories & 1m Long Stainless Handle Both Sides Per Door. 1 Set • Glass Partition 3 (2.625m X 8.105m) - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame With 2 - Glass Door 12mm Thick Clear Glass, Sliding Transaction. Complete Accessories & 1m Long Stainless Handle Both Sides Per Door. 1 Set • Glass Partition 4 (5.8m X 1.5m) - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame 1 Set • Glass Partition 5 (4.8m X 1.5m) - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame 1 Set • Glass Partition 6 (2.625m X 10.35m) - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame With Double Glass Door 12mm Thick Clear Glass. Complete Accessories & 1m Long Stainless Handle Both Sides Per Door. 1 Set • Glass Partition 7 (2.625m X 7.265m) - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame With Double Glass Door 12mm Thick Clear Glass, Sliding Transaction. Complete Accessories & 1m Long Stainless Handle Both Sides Per Door. 1 Set • Glass Partition 8 (2.625m X 5.765m) (2.625m X 1.86m) - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame With Double Glass Door 12mm Thick Clear Glass, Sliding Transaction. Complete Accessories & 1m Long Stainless Handle Both Sides Per Door. 1 Set • Half Partition 1 - 6mm Thick Clear Fix Glass On 2" X 4" Aluminum Frame (2.45m X 0.565m) 1 Set • Half Partition 2 - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame (1.8m X 0.565m)(3.6m X 0.565m) 1 Set • Half Partition 3 - 6mm Thick Clear Fix Glass On 2" X 4" & 4" X 4" Aluminum Frame (2.36m X 0.565m)(0.55m X 0.565m)(3.225m X 0.565m) 1 Set • Half Partition 4 - 6mm Thick Clear Fix Glass On 2" X 4" Aluminum Frame (1.485m X 0.565m) 1 Set Painting (walls, Column, Ceiling & Doors)(follow Unified Color As Of Doh Ao 2022-0006) 1447 Sq.m Acrylic Signages (rooms & Directional Signs) 1 Lot Planted Column 0.91 Cu.m Beam (lintel Beam & Roof Beam) 4 Cu.m Furnitures (office Table/cubicles, Head Office Table, Office Chair, Steel Filing Open Rack & Aluminum Portable Stage Platform) 1 Lot Office Table/cubicles, Single (60cm X 120cm) 33 Set Head Office Table (80cm X 160cm) 7 Set Office Chair, Heavy Duty 40 Set Steel Filing Open Rack (6-layer Heavy Duty, Adjustable) 35 Set Aluminum Portable/detachable Stage Platform (2.5m X 8m) 20 Sq.m Sanitary & Plumbing Works Third Floor Interior 1. Installation Of Sanitary Ventilation Line 1 Lot 2. Installation Of Ppr Water Line For Lavatory & Shower 1 Lot 3. Installation Of Ppr Water Line For Water Closet 1 Lot 4. Installation Of Toilet Fixtures & Lavatory With Counter 1 Lot Lavatory With Simi-pedestal 6 Set Water Closet 6 Set 4" Stainless Floor Drain 10 Set Counter Top Lavatory On Concrete Counter Tile Finish 3 Set Mechanical Works Third Floor Interior 1. Air-conditioning System (inverter) 1 Lot 2. Fire Protection System 1 Lot Electrical Works Third Floor Interior 1 Lot 1. Roughing-ins 2. Wires And Cables 3. Lighting Fixtures 4. Wiring Devices 5. Distribution Panels And Circuit Breakers Electromechanical System Third Floor 1. Fire Detection And Alarm System 1 Lot Roughing-ins Wires And Cables Devices 2. Telephone, Lan & Cctv System 1 Lot Roughing-ins Wires And Cables Devices 3. Public Address And Background Music System 1 Lot Roughing-ins Wires And Cables Devices The Bidder’s Single Largest Completed Contract Similar To The Contract To Be Bid Should Have Been Completed Within 5 Years From The Date Of The Deadline Of Submission And Receipt Of Bids. Likewise, The Contract Price Of The Slcc Should Be At Least 50% Of The Abc. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. Interested Bidders May Join The Pre-bid Conference And Opening Of Bids Virtually Via Google Meet In The Link Provided: Meet.google.com/deb-mcrk-wqm. The Complete Schedule Of Activities Is As Follows: Bac Activities Schedule Availability Of Bidding Documents February 6, 2025 At 8:00 Am To 4:00 Pm And Up To Before 9:00 Am Of February 28, 2025, At The Procurement/bac Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Pre Bid Conference February 14, 2025 (friday), 9:00 Am At The Engineering Office, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Opening Of Bids February 28, 2025 (friday) 9:00 Am At The Im Conference Room, 3rd Floor New Building, Western Visayas Sanitarium And General Hospital, Sta. Barbara, Iloilo Bid Documents May Be Acquired By Interested Bidders On The Dates And Address Above And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Of Php 25,000.00: Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac/procurement Office On Or Before 9:00 Am Of February 28, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 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, Wvs.doh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Western Visayas Sanitarium And General Hospital 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Jasond Rex A. Huyaban/jessie H. Jarbadan Ao V/procurement Unit Head / Bac Secretariat Western Visayas Sanitarium And General Hospital Sta. Barbara, Iloilo Tel. No.: (033) 332-4778 Loc. 119 Email: Wvsbac.procurement@gmail.com Website: Wvs.doh.gov.ph Dr. Renia Grace G. Salapare, Fpafp, Mpa Bac Chairperson
Closing Date28 Feb 2025
Tender AmountPHP 16.6 Million (USD 287 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-sip2025-015 (infra) Project Name : Upper Masaba Sip Contract Location : Quiniput, Zamboanga City Scope Of Works : Construction Of Solar Powered Irrigation Project, Construction Of Reinforced Concrete Tanks And Installation Of Pipelines For Upper Masaba Sip Approved Budget For The Contract (abc) : Php 9,894,609.41 Contract Duration : 168 Calendar Days Amount Of Bidding Documents : Php 10,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/hev-uxfp-utg Opening Of Bids : Https://meet.google.com/bkn-midq-rvv 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Irrigation And Flood Control With Experience In Solar Powered Pumps To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “small B” Category: C & D (per Pcab Board Resolution No. 201, Series Of 2017) 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Office Engineer 3 Years Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 3 Years 1 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 1 Foreman 5 Years Experienced In Irrigation Structures. Shall Render Fulltime Service To The Project Until Completion. 5 Years 1 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 1 Geodetic Engineer 3 Years Licensed Geodetic Engineer. Shall Render Service To The Project As Required. 3 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Generator Set 15kva 1 Welding Machine 300a 1 Dumptruck 6 Cu.m 1 Concrete Mixer 1 – Bagger 1 Butt Fusion Machine Up To 6” Diameter 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 1 Dumptruck 6 Cu.m 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified. Item No. Description Qty Unit I Temporary Works & Mobilization/demobilization Mobilization/demobilization 1.00 Ls Temporary Facilities 1.00 Ls Project Billboard 1.00 Ls Ii Construction Safety & Health 1.00 Ls Iii Construction Of Solar Pump Irrigation System Well Drilling, Development And Testing W/ 6" Casing (until Good Aquifer Is Reached.) 1.00 Lot Solar Module Mounting Structure 1.00 Lot Solar Power Controller Housing (4x2 Meters) 1.00 Lot Perimeter Fence 1.00 Lot Delivery And Installation Of Lightning Arrester 1.00 Lot Pv Modules-solar Panels 600 Watts (please See Attached Plans.) 1.00 Lot 5hp Hybrid Ac/dc Submersible Water Pump Power: 5.5hp/4000w Voltage (ac): 85v-280v Voltage (dc): 80v-550v Max. Flow: 19m³/h Max. Head: 135m Outlet: 2" Body Diameter: 3 3/4" 1.00 Lot Hybrid Dc/ac Controller (11kw) 1.00 Lot Delivery & Installattion Of Cabling & Accessories For Solar Pump System 1.00 Lot Cctv Security System 1.00 Lot Construction Of Reinforced Concrete Tank Common Excavation (manual) 91.14 Cu.m 3000 Psi Concrete 66.87 Cu.m Rsb (cutting, Bending & Placing Of Rebars) 5,969.76 Kg Rc Tank Accessories (gate Valve, Pipes, Etc) 3.00 Ls Common Backfill (manual) 118.47 Cu.m Installation Of Water Distribution Pipe W/ Appurtenant Structures Common Excavation (manual) 266.64 Cu.m 4" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 590.00 Ln.m 3" Ø Hdpe Pipe Sdr 11 (w/ Free Delivery, Connectors& Fittings) 570.00 Ln.m Air Release Valve Installation With Accessories 3.00 Ls Water Top Stand 4.00 Set Common Backfill (manual) 134.23 Cu.m
Closing Date20 Jan 2025
Tender AmountPHP 9.8 Million (USD 168.9 K)

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid For Supply & Delivery Of Construction Materials For San Jose Cis The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-restocis2025-017 (goods) Project Name : San Jose Cis Contract Location : Dipolog City, Zamboanga Del Norte Scope Of Works : Supply & Delivery Of Construction Materials Approved Budget For The Contract (abc) : Php 3,097,845.33 Contract Duration : 60 Calendar Days Amount Of Bidding Documents : Php 5,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 25% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : December 21, 2024 – January 20, 2025 At 8:30 Am Pre-bid Conference : January 8, 2025 At 9:00 Am Submission Of Bids : January 20, 2025 At 8:30 Am Opening Of Bids : January 20, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting December 21, 2024 – January 20, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 08 January 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 20 January 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/juh-znyf-mbg Opening Of Bids : Https://meet.google.com/kwm-bvjs-ems Item No. Description Quantity Unit Total Delivered, Weeks/months 1 10mm Ø Rsb 602.00 Pcs 602.00 1st Month 2 Common Tei Wire (ctw) #16 25.00 Kg 25.00 1st Month 3 Portland Cement (40kg/bag) 300.00 Bags 525.00 1st Month 225.00 2nd Month 4 Find Aggregates 28.00 Cu.m. 28.00 1st Month 5 Coarse Aggregates 3/4'' 58.00 Cu.m. 58.00 1st Month 6 Coco Lumber 1,425.00 Bd.ft 1,425.00 1st Month 7 1/2'' Marine Plywood 72.00 Sheets 72.00 1st Month 8 Common Wire Nails (cwn) #2 38.00 Kg 38.00 1st Month 9 Common Wire Nails (cwn) #3 76.00 Kg 76.00 1st Month 10 Latex Paint Primer 28.00 Ltrs 28.00 1st Month 11 Gloss Latex Paint Assorted Colors 56.00 Ltrs 56.00 1st Month 12 Enamel Paint 5.00 Ltrs 5.00 1st Month 13 Paint Thinner 0.25 Gal 0.25 1st Month 14 Skim Coat (25kg/bags) 25.00 Bags 25.00 2nd Month 15 Paint Tray 3.00 Pcs 3.00 2nd Month 16 Paint Roller With Handle # 9" 5.00 Pcs 5.00 2nd Month 17 Paint Brush #4 5.00 Pcs 5.00 2nd Month 18 Paint Brush #2 3.00 Pcs 3.00 2nd Month 19 Paint Brush #1/2 3.00 Pcs 3.00 2nd Month 20 Cctv Camera, Hd Dvr (4 Channel), Hd Camera 4 Pcs (2.0mega Pixel) Free Wire Per Camera (20meters), 19 Inches Monetor Aoc And 1tb Hdd Storage & Complete Accessories 1.00 Set 1.00 1st Month 21 Bnc Male/female 1.00 Pcs 1.00 1st Month 22 Power Supply 1.00 Pcs 1.00 1st Month 23 Ups 650va 1.00 Pcs 1.00 1st Month 24 Avr 1.00 Pcs 1.00 1st Month 25 Junction Box 4.00 Pcs 4.00 1st Month 26 Co-axial Wire 250.00 M 250.00 1st Month 27 G.i. Pipe:'50mm Dia. X 6m Length (schedule 40) 22.00 Pcs 22.00 1st Month 28 Inter-linked: 'hot Dip Zinc Galvanize Inter-linked, D: 5ftx10m, Hole Size: 5cm X 5cm, Wire Diameter: 3.3mm) 4.00 Roll 4.00 1st Month 29 Galvanize Barbed: 'wire 30cm Dia. 3.00 Roll 3.00 1st Month 30 Welding Rod #3016 25.00 Kg 25.00 1st Month 31 Cutt-off Wheel: '4" Cutt-off Wheel 5.00 Pcs 5.00 1st Month 32 Disk;'4" Grinding Disk 2.00 Pcs 2.00 1st Month 33 Cylindrical Hinge Heavy Duty: 4" 6.00 Pcs 6.00 1st Month 34 6"ø X 6m Upvc Blue Pipes W/ Complete Accessories 170.00 Pcs 271.00 1st Month 101.00 2nd Month 35 6"ø Upvc Blue Pipes Elbow 45˚w/ Accessories 5.00 Pcs 5.00 1st Month 36 6"ø Upvc Blue Pipes Elbow 90˚ W/ Accessories 11.00 Pcs 11.00 1st Month 37 Pipe Cement Solvent 200cc 20.00 Can 20.00 1st Month 38 3"ø X 6m Upvc Blue Pipes W/ Complete Accessories 100.00 Pcs 167.00 1st Month 67.00 2nd Month 39 3"ø Upvc Blue Pipes Elbow 45˚w/ Accessories 5.00 Pcs 5.00 1st Month 40 3"ø Upvc Blue Pipes Elbow 90˚ W/ Accessories 5.00 Pcs 5.00 1st Month 41 6'' Ø Flange Type Gate Valve 5.00 Pcs 5.00 1st Month 42 20 Mm Ø X 4'' Bolt & Washer 96.00 Set 96.00 1st Month 43 Conventional Boot Wall Opening 8.00 Pcs 8.00 1st Month 44 6'' Ø Ductile Iron Restrain Flange Connector 8.00 Unit 8.00 1st Month 45 6'' Ø Flange Type Ductile Iron Tee 2.00 Unit 2.00 1st Month 46 6''ø To 2''ø Pe Compression Saddle Clamp 2.00 Pcs 2.00 1st Month 47 2'' Ø Hdpe Pipe 6.00 M 6.00 1st Month 48 90 ̊ 2'' Ø Hdpe Compression Elbow 12.00 Pcs 12.00 1st Month 49 2'' Ø Hdpe Compression Tee 2.00 Pcs 2.00 1st Month 50 Hdpe Tee Reducer (2'' Ø To 0.50'' Ø) 4.00 Pcs 4.00 1st Month 51 90 ̊ 1/2'' Ø Gi Elbow 8.00 Pcs 8.00 1st Month 52 1/2'' Ø Gate Valve 8.00 Pcs 8.00 1st Month 53 1/2'' Ø Pipe Nipple (150cm L) 8.00 Pcs 8.00 1st Month 54 1/2'' Ø Polyethylene 400.00 M 800.00 1st Month 400.00 2nd Month 55 2''x2''x0.25''x 6m L Bar 2.00 Pcs 2.00 1st Month 56 2''x0.25''x6m Flat Bar 1.00 Pcs 1.00 1st Month 57 0.045'' Diamond Plate Steel Iron 2.00 Sheets 2.00 1st Month 58 4'' Heavy Duty Metal Hinge 9.00 Pcs 9.00 1st Month 59 Plastic Canvass 100.00 M 100.00 1st Month 60 Nylon #100 2.00 Kg 2.00 1st Month 61 Rubber Boots 30.00 Pair 30.00 1st Month 62 Working Gloves 30.00 Pair 30.00 1st Month 63 Safety Helmet/hard Hat 30.00 Pcs 30.00 1st Month
Closing Date20 Jan 2025
Tender AmountPHP 3 Million (USD 52.8 K)

Municipality Of Polillo, Quezon Tender

Telecommunication Services
Philippines
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Polillo ***** Invitation To Bid For Supply, Delivery And Installation Of Public Address System- Lgu Polillo, Quezon 1. The Municipality Of Polillo, Through The 5% Calamity Fund 2025 Approved By The Sangguniang Bayan Of Lgu Polillo Intends To Apply The Sum Of One Million Seven Hundred Ninety-six Thousand Seven Hundred Twenty Pesos Only (₱1,796,720.00) Being The Abc To Payments Under The Contract For Supply, Delivery And Installation Of Public Adress System- Lgu Polillo Quezon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Polillo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipality Of Polillo And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 17, 2025 The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱ 5000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through: (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before February 17,2025 2:30pm. Late Bids Shall Not Be Accepted. 7. The Municipality Of Polillo Will Hold A Pre-bid Conference On February 3, 2025 2:30pm At Mpdc Office, 2nd Floor Municipal Annex Building, Mabini St., Brgy. Poblacion, Polillo, Quezon And/or Through Video Conferencing Or Webcasting Via Messenger, Which Shall Be Open To Prospective Bidders. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 17, 2025 2:30pm At The Given Address Below And/or Messenger. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Polillo 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Deborah B. Marasigan Bac Chairperson And Bac Secretariat Mabini St. Brgy. Poblacion, Polillo, Quezon, 4339 Bac.polillo@gmail.com Deborah B. Marasigan Bac Chairperson 1 Lot 8-core Hybrid Fiber Optic Outdoor Armored Cable With Tight Buffered Fibers For Aerial Mounting To Electric Posts. Accessories Included: Hooks, Pulleys & Fiber Drop Wires. 15 Pieces Ip67 Terminal/utility Box 400mm X 300mm X 180mm With Key Lock, Ce/rohs/iso9001 Type Approved, Bundled With Complete Mounting Screws And Stainless Metal Belts & Locks. 15 Units Fiber Optic Media Converter-gigabit, High Density Hot-swappable Media Converter Redundant Hot-swappable Ac And 12v Dc Power Supplies With Built-in 4-ports Switch 10x1000 Plus Hybrid A-b Tx/rx In One Device. 15 Pieces Fiber Optic Patch Cords (sm) Compatible, Sc/sc Connector. 15 Units Fiber Optic Splice Box Fiber Capacity 8-sc Output Ports 8x6mm+1x Up To 10mm (full Assembly) 8-core Ip65//66/67 1 Piece 16u Network Data Cabinet 1 Unit 1200 Core Switch Fully Managed Aggregation Switch, 1200 Sfp+ Ports; (8) Plus Rj45 Ports; (2) Rj45 Serial Console Port, L3 Static Routing, 1200 Switching Capacity, 1.2gbps Non-blocking Throughput, Forwarding Rate 1.2gbps. 8 Units Gigabit Ethernet Sm Sfp Sc 20km 1200 Transceivers Module. 1 Unit 4k Led Monitor 55″ Inch 3840×2160 (uhd) Cctv Monitor- Industrial 1 Lot Network Cat-6e Pure Copper Outdoor Type Cable, 305m/box Bare Copper Shielded 15 Units 10/15amps Circuit Breaker 240vac 1 Unit Computer System Unit (amd) Specification: Intel Core I5-12th Generation System Unit, 16gb System Memory, 4gb Video Card, 2x 1tb Hdd, 500gb M.2. Ssd, 22” Led Monitor, Windows 11 Professional Operating System & Microsoft Office 2021 Professional. (to Be Installed At Mdrrmo Eoc For Configuration & Maintenance Use Plus Data Backup And Paging System Server)" 15 Units Network Horn Speaker Paging System Audible Distance 40-50m Supports Poe, 50w, Ip65. 1 Unit Network Public Address Software It Can Work Within Lan Network Including Fiber Links And Wireless Ptp/ptmp. Support Up To 1000 Zones User Can Set Up The Whole Network System Using The Main Software Features: Grouping / Zoning, Paging, Music Playback, Schedule Recorded Playback, One Button Alarm To All Speakers 1 Unit Public Address Condenser Mic Desktop With Chime Ac220vplug & Play Function Output Voltage Selectable Turn On & Off Chime Function Adjustable Chime Volume 1 Lot Vrght-8c-sm 8 Core Fiber Optic Cable Single Mode 15 Pieces 48v Power Adaptor 1000mah 1 Lot Fiber Optic Laying, Wired-fiber Cabling/stringing And Mounting Of Network Devices/peripherals, Ip Cameras & Utility Boxes. Fiber Setup, Configuration, Fine Tuning And Synchronization Of Pa System Equipment Installed At Mdrrmo Eoc. Testing For Full Functionality As A Whole Of The System. 1 Lot Installation Materials & Peripherals: Cable Tie, Metal Clamps, G.i. Wires, 4-gang Outlets, Electrical Wires, Rj45 Connectors, Fiber Sleeve’s, High Pressure Nails, Silicon Sealant, Plastic Molding, Fiber S-clamps, Metal Straps, Metal Straps Lock, Double Sided Tapes, Electrical Tapes, Led Wall Mount Brackets, Hdmi Cables, Woods Screws, Metal Screws, Etc. Technical Requirements And Conditions 1.bidder/supplier Requirement. Interested Contractor/system Integrator Must Present The Following: A. A List Of Accredited Or Authorized Service Providers For The Preventive Maintenance Of The System To Ensure The Quality And Fast After Sales Services Response For The Maintenance Of The Project, During And Within The Coverage Of The Warranty Period, The Contractor Shall Act To Repair Any Reported Problem Of The Entire. B. This Project's Complexity And Utmost Need To Rely On The Contractor’s Professionalism, Qualifications, And Integrity. To Exhibit The Knowledge And Experience Necessary To Ensure Optimal Customer Satisfaction, The Bidder/supplier Must Be In The Industry For At Least Eight (8) Years.; C. The Service Provider: Must Have The Capacity And Ability To Provide Maintenance Services And Technical Support In The Next Business Day. D. Has Implemented At Least 3 Similar Projects In The Deployment Of A Fiber Optics Backbone Cabling E. Service Provider Must Submit Detailed Work Plan Specifying Installation Design. F. Installation Shall Be Supervised By Professional Electronics Engineer And Safety Officer G. Service Provider Shall Submit Original Copy Of Design Proposal, Brochures And Other Publications That Supports Compliance To The Requirements. H. Service Provider Is Reachable Through Phone Or Email For Technical Support I. Complete The Delivery Of The Functional Network Within 30 Days From The Receipt Of The Notice To Proceed. J. Upon Installation, The Network Shall Be Tested For Continuity And Speed Together With All Conditions And Parameters Identified. K. The Bidder Shall Provide The Following Requirements: Note: All Certifications Mentioned In This Section Must Be Submitted With Your Eligibility Documents Under Technical Specification.  Certificate Of Offered Brand Distributorship/dealership From The Local Distributor With The Exact Address Of The Bidder’s Showroom Or Warehouse Must Also Provide.  Training Certificate Of Fiber Optic & Splicing From The Distributor Of Brand Offered, At Least 4 Persons, And Must Be Indicated At Manpower Requirements.  Certification From The Bidder That The Products/items To Be Delivered Are Brand-new And Latest Model Of Its Kind.  Unconditional Statement That The Bidder Will Comply With The Provision On The Complete Installation, Calibration, Testing And Commissioning Of Entire System.  Unconditional Statement That The Bidder Will Comply With The Provision That The Contractor Shall Provide The Wiring Layout Plan Indicating All Equipment Locations With Its Corresponding Serial Numbers And End-to-end Connectivity Of Inputs To Outputs.  Unconditional Statement That The Bidder Will Comply With The Provision That All Other Equipment And Materials Not Mention Under Technical Specification That Are Necessary For The Complete Installation And Commissioning Of The Whole System Shall Be Provided By The Winning Bidder.  Unconditional Statement From The Bidder Reflecting That During And Within The Coverage Of The Warranty Period, The Contractor Shall Act To The Repair Any Reported Problem Of The Entire System Upon Receipt Of Notice From The Municipality Of Polillo.  Unconditional Statements That The Bidder Will Comply With The Above Mentioned (installation, Configuration And Testing) Of The Technical Specifications. Note: All Certifications/documents Mention In This Section Must Be Submitted During The Bid Opening. 2. Resources/utilities. The Winning Contractor Or System Integrator Must Have The Appropriate Personnel, Tools, Resources, Equipment Specially Fiber Optic Fusion Machine, (fiber Optic Fusion Machine Is A Device That Uses An Electric Arc To Melt Two Optical Fibers Together At Their End Faces, To Form A Single Long Fiber.) And Accreditations For The Efficient Implementation Of The Project; 3. Fiber Type Classification. The Wired-fiber Network Infrastructure Backbone Requirement Must Be Single-mode 8-core For Node-1 And Node-2, (1 X 5km) Each Node, Total Equivalent To 10,000 Meters (10km) Outdoor Hybrid Type, Aerial Deployment Strategy Utilizing The Quezelco/barangay Posts To Hold And Suspend The Fiber-wire That Will Comprise The Network Backbone Covering 2 Separate Areas; 4. Speaker Installation Standards. All Network Speaker Mounted/installed In Identified Posts By End-user Must Be Supported With The Appropriate Ip67-steel/stainless Boxes With Standard 400mm Diameter Size And Standard Length Of 300x180mm 5. Standard Height Speaker & Utility Box. Standard Height Of Network Cameras From The Base Of The Quezelco Posts Is 10-feet Min, 15-feet Max. The Standard Height Of The Utility Box From The Base Of The Quezelco/barangay Posts Must Be 10-feet For Easy Technical Access And Maintenance; 6. Powering Standards. Powering Of Ip Cameras Must Be Surge Protected With Lightning Suppressor. Digital Molded Type Circuit Breakers With Min 10amperes To 15amperes Maximum Must Be Utilized Including 4gang Power Outlet. With #14 Wire As The Standard For Power Tapping To Quezelco/barangay Live Electrical Ac Source; 7. Proper Tagging, Marking And Labeling. Fiber Wire Nodes In The Data Cabinet Including Main I.t Equipment And Network Devices Must Be Properly Tagged, Labeled And Provided Identification; 8. Testing And Commissioning. Professional Testing That Includes Laser Light Penetration Test On All The Fiber Nodes Must Be Done By The System Integrator/contractor To Ensure Integrity And Quality Of The 2 Nodes As Main Wired-fiber Network Backbone To Secure And Enhance Connections Of Ip Cameras And Network Peripherals; 9. Coordination. The Contractor Is Responsible In Coordinating With Quezelco/barangay Relative To The Implementation Of Node 1 And 2 Wired-fiber Network Infrastructure Including The Power Tapping For Any Electrical Standards/precaution Requirements And Standards. Submit Power Consumption Ratings Of All Cameras And Network Devices; 10. Basis Of Inspection/implementation. The Program Of Work Will Be The Sole Basis Of The Contractor/system Integrator In Implementing The Project. This Will Also Serve As The Sole Basis Of Final Inspection Upon The Completion Of The Project By Authorized Agency Inspectors; 11. Change Variation Order. In Cases Of Needed Changes Of Deliveries Adjustments Necessary For The Project, The Contractor Or System Integrator Must Immediately Inform The Municipality Of Polillo, Quezon Province In Writing For Approval Prior To Delivery Of Items And/or Services; 12. Wiring Standards. Global Standards Fiber-wired Cabling And Well-organized Wiring And Proper Placement Of I.t Equipment And Network Devices At The Municipality Of Polillo Of The Command Center Must Be Observed By The Winning Contractor. Further, All I.t Peripherals And Network Devices Mounted Inside Utility/terminal Boxes In All The Locations Must Be Well Organized Properly Mounted Not Mess Up; And 13. Data Center Standards: All Existing Network Wirings/cablings Inside The Data Cabinet Should Be Included To Be Organize By The Winning Contractor For Wiring And Cabling Standards.
Closing Date17 Feb 2025
Tender AmountPHP 1.7 Million (USD 31 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0051 + 000 - K0052 + 000 Contract Id No. : 25d00046 Contract Location : Laguna Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 953 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Reconstruction And Reblocking Of 100 Meters Of 300mm Thick Portland Cement Concrete Pavement (pccp), Along With The Installation Of A 150mm Thick Aggregate Subbase And Portland Cement Plant Mix Base Course, Which Requires The Removal Of The Existing 230mm Thick Pavement. Approved Budget For The Contract : ₱86,966,765.00 Net Length : Asphalt Overlay : 935m (3.81 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Roads Sn Pablo - Rizal - Nagcarlan - Liliw Rd - K0084 + (-1468) - K0084 + (-550), K0092 + 000 - K0092 + 222, K0097 + 982 - K0097 + 1044, K0097 + 1067 - K0097 + 1119, K0097 + 1444 - K0097 + 1543, K0097 + 1579 - K0099 + 123 Contract Id No. : 25d00060 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 3.620 Lane Kilometer Road (2 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow) Approved Budget For The Contract : ₱96,500,000.00 Net Length : Asphalt Overlay – 3.62 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway – K0079 + 1344 - K0079 + 1967 Contract Id No. : 25d00135 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 2.492 Lane Kilometer Road (4 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱60,667,620.00 Net Length : Asphalt Overlay – 2.492 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Ncsc Parking And Female Barracks, Nspl, Fort San Felipe, Cavite City, Cavite Contract Id No. : 25d00156 Contract Location : Cavite Province Scope Of Works : Architectural - All Chb Masonry Walls: 100mm Thk. And 150mm Thk., Cabinets, Wall Finishes, Ceiling Finishes, Floor Finishes, Finishing Hardware, Doors And Windows, Roofing Sheet And Accessories, Reflective Insulation, Waterproofing Liquid And Cement Base, Tile Works And Painting Works. Structural - All Concrete Foundation Works: Concrete Piles, All Concrete Beams And Concrete Columns, All Slab-on-grade And Suspended Slab, Stair, Ramp And All Roofing Works (trusses, Purlins And Sagrods). Electrical - Conduit, Boxes, Fittings (conduit Works/ Conduit Rough-in), Wires And Wiring Devices, Panel Board With Main And Branch Breakers, Lighting Fixtures And Grounding System Plumbing - Construction Of Catch Basin, Septic Tank, And Cistern Tank, Installation Of Plumbing Fixtures, Cold Water Line Pipes And Fittings, Sewer Line Pipes And Fittings And Storm Drain Line Pipes And Fittings. Mechanical - Air Conditioning Units And Fire Extinguishers Electronics – Cctv, Fire Alarm System And Auxiliary System. Approved Budget For The Contract : ₱24,125,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway - K0213 + 100 - K0213 + 150, K0245 + 200 - K0245 + 617 Contract Id No. : 25d00169 Contract Location : Quezon Province Scope Of Works : • Asphalt Overlay • Open Line Canal • Minor Reblocking Approved Budget For The Contract : ₱27,014,210.00 Net Length : Asphalt Overlay: 467 L.m., 1.144 Lane Km.; Drainage - Line Canal: 260 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Major/strategic Public Buildings/facilities Structural And Resilience Program Construction Of Multi-purpose Building Land Transportation Regional Office - Region 4a, Lipa City, Batangas Contract Id No. : 25d00171 Contract Location : Batangas Province Scope Of Works : The Scope Of Works Are Plumbing Works, Architectural Works, Electrical Works, Mechanical Works And Electronic Works. Approved Budget For The Contract : ₱144,750,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose/ Training Center, Camp Jose P. Razon, Sitio Palico, Brgy. Bilaran, Nasugbu, Batangas Contract Id No. : 25d00173 Contract Location : Batangas Province Scope Of Works : Architectural - All Chb Masonry Walls: 100mm Thk. And 150mm Thk., Cabinets, Wall Finishes, Ceiling Finishes, Floor Finishes, Finishing Hardware, Doors And Windows, Roofing Sheet And Accessories, Reflective Insulation, Waterproofing Liquid And Cement Base, Tile Works And Painting Works Structural - All Concrete Foundation Works: Isolated Footings, All Concrete Columns At Ground Floor, All Concrete Beams At Ground And Second Floors, All Slab-on-grade And Suspended Slab, Stair And Ramp Electrical - Fittings And Accessories, Conduit, Boxes, Fittings (conduit Works/ Conduit Rough-in), Panel Board With Main And Branch Breakers, Lighting Fixtures, Grounding System, Ventilating System, Airconditioning (vrf), Fire Hose Cabinet Assembly And Fire Extinguishers Plumbing - Construction Of Catch Basin, Septic Tank, And Cistern Tank, Sewer Line Pipes And Fittings, Storm Drain Line Pipes And Fittings, Plumbing Fixtures And Plumbing Works Approved Budget For The Contract : ₱26,055,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway – K0135 + 990 - K0136 + 621 Contract Id No. : 25d00183 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 643 Linear Meter (4 Lanes) Total Of 2.572 Lane Kilometer With 260 Meters Of Concrete Re-blocking With Construction Of Line Canal Drainage With A Total Length Of 742 Linear Meter For Both Sides. Approved Budget For The Contract : ₱61,216,705.00 Net Length : Asphalt Overlay: 643 L.m., 2.572 Lane Km.; Drainage - Line Canal: 742 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 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), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 04, 2025 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) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg 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_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 25, 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 25, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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) Regional Office No. Iv-a, 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 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: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 03, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date25 Feb 2025
Tender AmountPHP 86.9 Million (USD 1.5 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0051 + 000 - K0052 + 000 Contract Id No. : 25d00046 Contract Location : Laguna Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 953 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Reconstruction And Reblocking Of 100 Meters Of 300mm Thick Portland Cement Concrete Pavement (pccp), Along With The Installation Of A 150mm Thick Aggregate Subbase And Portland Cement Plant Mix Base Course, Which Requires The Removal Of The Existing 230mm Thick Pavement. Approved Budget For The Contract : ₱86,966,765.00 Net Length : Asphalt Overlay : 935m (3.81 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Roads Sn Pablo - Rizal - Nagcarlan - Liliw Rd - K0084 + (-1468) - K0084 + (-550), K0092 + 000 - K0092 + 222, K0097 + 982 - K0097 + 1044, K0097 + 1067 - K0097 + 1119, K0097 + 1444 - K0097 + 1543, K0097 + 1579 - K0099 + 123 Contract Id No. : 25d00060 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 3.620 Lane Kilometer Road (2 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow) Approved Budget For The Contract : ₱96,500,000.00 Net Length : Asphalt Overlay – 3.62 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway – K0079 + 1344 - K0079 + 1967 Contract Id No. : 25d00135 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 2.492 Lane Kilometer Road (4 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱60,667,620.00 Net Length : Asphalt Overlay – 2.492 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Ncsc Parking And Female Barracks, Nspl, Fort San Felipe, Cavite City, Cavite Contract Id No. : 25d00156 Contract Location : Cavite Province Scope Of Works : Architectural - All Chb Masonry Walls: 100mm Thk. And 150mm Thk., Cabinets, Wall Finishes, Ceiling Finishes, Floor Finishes, Finishing Hardware, Doors And Windows, Roofing Sheet And Accessories, Reflective Insulation, Waterproofing Liquid And Cement Base, Tile Works And Painting Works. Structural - All Concrete Foundation Works: Concrete Piles, All Concrete Beams And Concrete Columns, All Slab-on-grade And Suspended Slab, Stair, Ramp And All Roofing Works (trusses, Purlins And Sagrods). Electrical - Conduit, Boxes, Fittings (conduit Works/ Conduit Rough-in), Wires And Wiring Devices, Panel Board With Main And Branch Breakers, Lighting Fixtures And Grounding System Plumbing - Construction Of Catch Basin, Septic Tank, And Cistern Tank, Installation Of Plumbing Fixtures, Cold Water Line Pipes And Fittings, Sewer Line Pipes And Fittings And Storm Drain Line Pipes And Fittings. Mechanical - Air Conditioning Units And Fire Extinguishers Electronics – Cctv, Fire Alarm System And Auxiliary System. Approved Budget For The Contract : ₱24,125,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway - K0213 + 100 - K0213 + 150, K0245 + 200 - K0245 + 617 Contract Id No. : 25d00169 Contract Location : Quezon Province Scope Of Works : • Asphalt Overlay • Open Line Canal • Minor Reblocking Approved Budget For The Contract : ₱27,014,210.00 Net Length : Asphalt Overlay: 467 L.m., 1.144 Lane Km.; Drainage - Line Canal: 260 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Major/strategic Public Buildings/facilities Structural And Resilience Program Construction Of Multi-purpose Building Land Transportation Regional Office - Region 4a, Lipa City, Batangas Contract Id No. : 25d00171 Contract Location : Batangas Province Scope Of Works : The Scope Of Works Are Plumbing Works, Architectural Works, Electrical Works, Mechanical Works And Electronic Works. Approved Budget For The Contract : ₱144,750,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose/ Training Center, Camp Jose P. Razon, Sitio Palico, Brgy. Bilaran, Nasugbu, Batangas Contract Id No. : 25d00173 Contract Location : Batangas Province Scope Of Works : Architectural - All Chb Masonry Walls: 100mm Thk. And 150mm Thk., Cabinets, Wall Finishes, Ceiling Finishes, Floor Finishes, Finishing Hardware, Doors And Windows, Roofing Sheet And Accessories, Reflective Insulation, Waterproofing Liquid And Cement Base, Tile Works And Painting Works Structural - All Concrete Foundation Works: Isolated Footings, All Concrete Columns At Ground Floor, All Concrete Beams At Ground And Second Floors, All Slab-on-grade And Suspended Slab, Stair And Ramp Electrical - Fittings And Accessories, Conduit, Boxes, Fittings (conduit Works/ Conduit Rough-in), Panel Board With Main And Branch Breakers, Lighting Fixtures, Grounding System, Ventilating System, Airconditioning (vrf), Fire Hose Cabinet Assembly And Fire Extinguishers Plumbing - Construction Of Catch Basin, Septic Tank, And Cistern Tank, Sewer Line Pipes And Fittings, Storm Drain Line Pipes And Fittings, Plumbing Fixtures And Plumbing Works Approved Budget For The Contract : ₱26,055,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway – K0135 + 990 - K0136 + 621 Contract Id No. : 25d00183 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 643 Linear Meter (4 Lanes) Total Of 2.572 Lane Kilometer With 260 Meters Of Concrete Re-blocking With Construction Of Line Canal Drainage With A Total Length Of 742 Linear Meter For Both Sides. Approved Budget For The Contract : ₱61,216,705.00 Net Length : Asphalt Overlay: 643 L.m., 2.572 Lane Km.; Drainage - Line Canal: 742 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 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), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 04, 2025 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) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg 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_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 25, 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 25, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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) Regional Office No. Iv-a, 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 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: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 03, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date25 Feb 2025
Tender AmountPHP 26 Million (USD 450.3 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0051 + 000 - K0052 + 000 Contract Id No. : 25d00046 Contract Location : Laguna Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 953 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Reconstruction And Reblocking Of 100 Meters Of 300mm Thick Portland Cement Concrete Pavement (pccp), Along With The Installation Of A 150mm Thick Aggregate Subbase And Portland Cement Plant Mix Base Course, Which Requires The Removal Of The Existing 230mm Thick Pavement. Approved Budget For The Contract : ₱86,966,765.00 Net Length : Asphalt Overlay : 935m (3.81 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Roads Sn Pablo - Rizal - Nagcarlan - Liliw Rd - K0084 + (-1468) - K0084 + (-550), K0092 + 000 - K0092 + 222, K0097 + 982 - K0097 + 1044, K0097 + 1067 - K0097 + 1119, K0097 + 1444 - K0097 + 1543, K0097 + 1579 - K0099 + 123 Contract Id No. : 25d00060 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 3.620 Lane Kilometer Road (2 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow) Approved Budget For The Contract : ₱96,500,000.00 Net Length : Asphalt Overlay – 3.62 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway – K0079 + 1344 - K0079 + 1967 Contract Id No. : 25d00135 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 2.492 Lane Kilometer Road (4 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱60,667,620.00 Net Length : Asphalt Overlay – 2.492 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Ncsc Parking And Female Barracks, Nspl, Fort San Felipe, Cavite City, Cavite Contract Id No. : 25d00156 Contract Location : Cavite Province Scope Of Works : Architectural - All Chb Masonry Walls: 100mm Thk. And 150mm Thk., Cabinets, Wall Finishes, Ceiling Finishes, Floor Finishes, Finishing Hardware, Doors And Windows, Roofing Sheet And Accessories, Reflective Insulation, Waterproofing Liquid And Cement Base, Tile Works And Painting Works. Structural - All Concrete Foundation Works: Concrete Piles, All Concrete Beams And Concrete Columns, All Slab-on-grade And Suspended Slab, Stair, Ramp And All Roofing Works (trusses, Purlins And Sagrods). Electrical - Conduit, Boxes, Fittings (conduit Works/ Conduit Rough-in), Wires And Wiring Devices, Panel Board With Main And Branch Breakers, Lighting Fixtures And Grounding System Plumbing - Construction Of Catch Basin, Septic Tank, And Cistern Tank, Installation Of Plumbing Fixtures, Cold Water Line Pipes And Fittings, Sewer Line Pipes And Fittings And Storm Drain Line Pipes And Fittings. Mechanical - Air Conditioning Units And Fire Extinguishers Electronics – Cctv, Fire Alarm System And Auxiliary System. Approved Budget For The Contract : ₱24,125,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway - K0213 + 100 - K0213 + 150, K0245 + 200 - K0245 + 617 Contract Id No. : 25d00169 Contract Location : Quezon Province Scope Of Works : • Asphalt Overlay • Open Line Canal • Minor Reblocking Approved Budget For The Contract : ₱27,014,210.00 Net Length : Asphalt Overlay: 467 L.m., 1.144 Lane Km.; Drainage - Line Canal: 260 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Major/strategic Public Buildings/facilities Structural And Resilience Program Construction Of Multi-purpose Building Land Transportation Regional Office - Region 4a, Lipa City, Batangas Contract Id No. : 25d00171 Contract Location : Batangas Province Scope Of Works : The Scope Of Works Are Plumbing Works, Architectural Works, Electrical Works, Mechanical Works And Electronic Works. Approved Budget For The Contract : ₱144,750,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose/ Training Center, Camp Jose P. Razon, Sitio Palico, Brgy. Bilaran, Nasugbu, Batangas Contract Id No. : 25d00173 Contract Location : Batangas Province Scope Of Works : Architectural - All Chb Masonry Walls: 100mm Thk. And 150mm Thk., Cabinets, Wall Finishes, Ceiling Finishes, Floor Finishes, Finishing Hardware, Doors And Windows, Roofing Sheet And Accessories, Reflective Insulation, Waterproofing Liquid And Cement Base, Tile Works And Painting Works Structural - All Concrete Foundation Works: Isolated Footings, All Concrete Columns At Ground Floor, All Concrete Beams At Ground And Second Floors, All Slab-on-grade And Suspended Slab, Stair And Ramp Electrical - Fittings And Accessories, Conduit, Boxes, Fittings (conduit Works/ Conduit Rough-in), Panel Board With Main And Branch Breakers, Lighting Fixtures, Grounding System, Ventilating System, Airconditioning (vrf), Fire Hose Cabinet Assembly And Fire Extinguishers Plumbing - Construction Of Catch Basin, Septic Tank, And Cistern Tank, Sewer Line Pipes And Fittings, Storm Drain Line Pipes And Fittings, Plumbing Fixtures And Plumbing Works Approved Budget For The Contract : ₱26,055,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway – K0135 + 990 - K0136 + 621 Contract Id No. : 25d00183 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 643 Linear Meter (4 Lanes) Total Of 2.572 Lane Kilometer With 260 Meters Of Concrete Re-blocking With Construction Of Line Canal Drainage With A Total Length Of 742 Linear Meter For Both Sides. Approved Budget For The Contract : ₱61,216,705.00 Net Length : Asphalt Overlay: 643 L.m., 2.572 Lane Km.; Drainage - Line Canal: 742 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 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), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 04, 2025 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) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg 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_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 25, 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 25, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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) Regional Office No. Iv-a, 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 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: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 03, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date25 Feb 2025
Tender AmountPHP 61.2 Million (USD 1 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0051 + 000 - K0052 + 000 Contract Id No. : 25d00046 Contract Location : Laguna Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 953 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Reconstruction And Reblocking Of 100 Meters Of 300mm Thick Portland Cement Concrete Pavement (pccp), Along With The Installation Of A 150mm Thick Aggregate Subbase And Portland Cement Plant Mix Base Course, Which Requires The Removal Of The Existing 230mm Thick Pavement. Approved Budget For The Contract : ₱86,966,765.00 Net Length : Asphalt Overlay : 935m (3.81 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Roads Sn Pablo - Rizal - Nagcarlan - Liliw Rd - K0084 + (-1468) - K0084 + (-550), K0092 + 000 - K0092 + 222, K0097 + 982 - K0097 + 1044, K0097 + 1067 - K0097 + 1119, K0097 + 1444 - K0097 + 1543, K0097 + 1579 - K0099 + 123 Contract Id No. : 25d00060 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 3.620 Lane Kilometer Road (2 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow) Approved Budget For The Contract : ₱96,500,000.00 Net Length : Asphalt Overlay – 3.62 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway – K0079 + 1344 - K0079 + 1967 Contract Id No. : 25d00135 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 2.492 Lane Kilometer Road (4 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱60,667,620.00 Net Length : Asphalt Overlay – 2.492 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Ncsc Parking And Female Barracks, Nspl, Fort San Felipe, Cavite City, Cavite Contract Id No. : 25d00156 Contract Location : Cavite Province Scope Of Works : Architectural - All Chb Masonry Walls: 100mm Thk. And 150mm Thk., Cabinets, Wall Finishes, Ceiling Finishes, Floor Finishes, Finishing Hardware, Doors And Windows, Roofing Sheet And Accessories, Reflective Insulation, Waterproofing Liquid And Cement Base, Tile Works And Painting Works. Structural - All Concrete Foundation Works: Concrete Piles, All Concrete Beams And Concrete Columns, All Slab-on-grade And Suspended Slab, Stair, Ramp And All Roofing Works (trusses, Purlins And Sagrods). Electrical - Conduit, Boxes, Fittings (conduit Works/ Conduit Rough-in), Wires And Wiring Devices, Panel Board With Main And Branch Breakers, Lighting Fixtures And Grounding System Plumbing - Construction Of Catch Basin, Septic Tank, And Cistern Tank, Installation Of Plumbing Fixtures, Cold Water Line Pipes And Fittings, Sewer Line Pipes And Fittings And Storm Drain Line Pipes And Fittings. Mechanical - Air Conditioning Units And Fire Extinguishers Electronics – Cctv, Fire Alarm System And Auxiliary System. Approved Budget For The Contract : ₱24,125,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway - K0213 + 100 - K0213 + 150, K0245 + 200 - K0245 + 617 Contract Id No. : 25d00169 Contract Location : Quezon Province Scope Of Works : • Asphalt Overlay • Open Line Canal • Minor Reblocking Approved Budget For The Contract : ₱27,014,210.00 Net Length : Asphalt Overlay: 467 L.m., 1.144 Lane Km.; Drainage - Line Canal: 260 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Major/strategic Public Buildings/facilities Structural And Resilience Program Construction Of Multi-purpose Building Land Transportation Regional Office - Region 4a, Lipa City, Batangas Contract Id No. : 25d00171 Contract Location : Batangas Province Scope Of Works : The Scope Of Works Are Plumbing Works, Architectural Works, Electrical Works, Mechanical Works And Electronic Works. Approved Budget For The Contract : ₱144,750,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Construction/improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program - Tikas) Construction Of Multi-purpose/ Training Center, Camp Jose P. Razon, Sitio Palico, Brgy. Bilaran, Nasugbu, Batangas Contract Id No. : 25d00173 Contract Location : Batangas Province Scope Of Works : Architectural - All Chb Masonry Walls: 100mm Thk. And 150mm Thk., Cabinets, Wall Finishes, Ceiling Finishes, Floor Finishes, Finishing Hardware, Doors And Windows, Roofing Sheet And Accessories, Reflective Insulation, Waterproofing Liquid And Cement Base, Tile Works And Painting Works Structural - All Concrete Foundation Works: Isolated Footings, All Concrete Columns At Ground Floor, All Concrete Beams At Ground And Second Floors, All Slab-on-grade And Suspended Slab, Stair And Ramp Electrical - Fittings And Accessories, Conduit, Boxes, Fittings (conduit Works/ Conduit Rough-in), Panel Board With Main And Branch Breakers, Lighting Fixtures, Grounding System, Ventilating System, Airconditioning (vrf), Fire Hose Cabinet Assembly And Fire Extinguishers Plumbing - Construction Of Catch Basin, Septic Tank, And Cistern Tank, Sewer Line Pipes And Fittings, Storm Drain Line Pipes And Fittings, Plumbing Fixtures And Plumbing Works Approved Budget For The Contract : ₱26,055,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway – K0135 + 990 - K0136 + 621 Contract Id No. : 25d00183 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 643 Linear Meter (4 Lanes) Total Of 2.572 Lane Kilometer With 260 Meters Of Concrete Re-blocking With Construction Of Line Canal Drainage With A Total Length Of 742 Linear Meter For Both Sides. Approved Budget For The Contract : ₱61,216,705.00 Net Length : Asphalt Overlay: 643 L.m., 2.572 Lane Km.; Drainage - Line Canal: 742 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 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), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 04, 2025 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) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg 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_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 25, 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 25, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. 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) Regional Office No. Iv-a, 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 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: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 03, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date25 Feb 2025
Tender AmountPHP 27 Million (USD 466.8 K)
4171-4180 of 4230 archived Tenders