Civil Tenders

Civil Tenders

MINISTRY OF EQUIPMENT AND WATER REGIONAL DIRECTORATE OF BENI MELLAL KHENIFRA PROVINCIAL DIRECTORATE OF KHENIFRA Tender

Civil And Construction...+1Civil Works Others
Morocco
Description: Study of the Reconstruction of a Civil Engineering Structure at Pk 68+400 of the RP3533 in the Province of Khenifra
Closing Date18 Mar 2025
Tender AmountMAD 162 K (USD 16.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Bip – Access Roads And / Or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Bridge, Bogo, Maasin City, Southern Leyte Contract Id No. : 1. 25il0056 Locations : Maasin City, Southern Leyte Scope Of Works : Construction Of 3 – Span, 75 Sq.m. Concrete Bridge With 2 – Piers, Railings, Abutment And Approach Slab On Both Ends. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 183 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of A And C & D Respectively. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18 – March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, According To The Table Below. 7. 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. 8. The Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On February 25, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On March 11, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. 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. 12. The Department Of Public Works And Highways Southern Leyte District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Soon11 Mar 2025
Tender AmountPHP 5.9 Million (USD 103.5 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Bohol 1st District Engineering Office Tagbilaran City, Bohol, Region Vii Invitation To Bid For 24ha0175 – Construction Of Multi-purpose Building, Barangay Pandan, Tubigon, Bohol 1. The Department Of Public Works And Highways – Bohol 1st District Engineering Office, Through The Sr2024-12-023337 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24ha0175. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bohol 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Pandan, Tubigon, Bohol Contract Id No. : 24ha0175 Location : Tubigon, Bohol Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 105 - Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For License Category C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. 4. 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. 4.1 As Provided In Section 25.1 Of The 2016 Revised Irr Of R.a. 9184, “bidders Shall Submit Their Bids Through Their Duly Authorized Representative …”. 4.2 To Further Clarify, The Bidder’s Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa). Otherwise, There Must Be A Duly Signed And Notarized Special Power Of Attorney (spa) [for Sole Proprietorship] Or Board/ Partnership/joint Venture Resolution With Secretary’s Certificate [for Corporation/partnership/joint Venture/cooperative] Presented In Hard Copy And A Soft Copy Thereof Must Also Be Emailed To Racines.mary_noeline@dpwh.gov.ph Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Documents Mentioned Above From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment Nor Be Allowed To Submit/drop Bid Proposals. 5. 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, Otherwise Known As The "“government Procurement Reform Act”. 6. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 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 – Bohol 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol 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 February 18, 2025 – March 10, 2025 Until 10:00 A.m. Only From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00 9. 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. 10. The Dpwh – Bohol 1st District Engineering Office Will Hold A Pre-bid Conference On February 25, 2025 At 10:00 A.m. At Bac Conference Room, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol And/or Through Video Conferencing/webcasting The Dpwh Bohol 1st D.e.o. Official Youtube Channel Https://www.youtube.com/channel/ucttlnd5ahhepmrl6ieogrjq Which Shall Be Open To Prospective Bidders. 11. 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. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bohol1@dpwh.gov.ph For Electronic Submission On Or Before 12:00nn Of March 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 13. Bid Opening Shall Be On March 10, 2025 At 1:00 P.m At Bac Conference Room, Dpwh Bohol 1st D.e.o., Dao District, Tagbilaran City, Bohol And Shall Be Streamed Via Our Youtube Channel: Https://www.youtube.com/channel/ucttlnd5ahhepmrl6ieogrjq. 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. 14. The Dpwh – Bohol 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Mary Noeline F. Racines Engineer Iii - Procurement Head/head Bac Secretariat Procurement Office, Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62014 Email Address: Racines.mary_noeline@dpwh.gov.ph Claudio D. Arcayena, Jr. A.r.e. Bac Chairman Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62004
Closing Soon10 Mar 2025
Tender AmountPHP 2.9 Million (USD 51.7 K)

Philippine National Oil Company - PNOC Tender

Manpower Supply
Philippines
Details: Description I. Contract Duration: April 01, 2025 To December 31, 2025 Ii. Scope Of Work The Contractor’s Personnel Shall Be Deployed In Pnoc Industrial Park (pip) Located In Batangas Dos, Mariveles, Bataan) Within Fifteen (15) Calendar Days Upon Receipt Of Formal / Approved Request From Pnoc To Supplement Available Personnel At Site. They Shall Perform Specific Works Identified And Approved By Pnoc At Cost Chargeable To Pnoc. Contractor Shall Also Indicate Personnel Unit Cost Per Hour And Per Day In The Formal Bid For Pnoc’s Reference. The Supplemental Personnel Requirements Are The Following: A. Welder/ Fabricator Qualifications: 1. High School Graduate. 2. With At Least Two (2) Years Relevant Experience. 3. Must Be Able To Perform Welding Equipment Techniques (arc, Shielded Metal Arc Welding, Tungsten Inert Gas, Gas And/or Any Combination) 4. Nc Ii Certification. B. Millwright/ Technician Qualifications: 1. Graduate Of Any Vocational Course. 2. Preferably Tesda Accredited. 3. With At Least One (1) Year Of Experience. 4. Proficient In Alignment Of Pump And Motor Using Dial Gauge. 5. Knowledgeable In Repair Of Booster Pump And Motor. C. Plumber Qualifications: 1. High School Graduate. 2. With At Least Two (2) Years Relevant Experience. 3. Nc Ii Certification. D. Carpenter Qualifications: 1. High School Graduate. 2. With At Least Two (2) Years Relevant Experience. E. Electrician/ Lineman (high Voltage) Qualifications: 1. Minimum Of Vocational Course Graduate. 2. Tesda Certified In General Electricity. 3. With At Least Two (2) Years Relevant Experience. F. Driver Qualifications: 1. Minimum High School Graduate. 2. Knows How To Drive Automatic And Manual Transmission Vehicle. 3. Knows Basic Troubleshooting Of Vehicle. 4. With Two (2) Years Proven Experience. 5. With Valid Driver’s License (a, A1, B, B1, B2 And C Code). 6. Can Drive In Any Location As Directed By Pnoc. 7. Performs Other Related Work Activities As Required By Pnoc. G. Pump Operator/ Engineering Assistant Qualifications: 1. At Least High School Graduate Or Any Vocational Course. 2. With Knowledge In The Operation Of Pumps And Generator Set. 3. Preferably Knowledgeable In Troubleshooting Of Mechanical And Electrical Equipment. 4. Assist Engineers In Daily Activities Related On Maintenance And Operations. 5. With Valid Driver’s License (a, A1, B, B1 And B2 Code). 6. Can Drive Automatic And Manual Vehicle. 7. Can Drive Any Location Within Pnoc Ip Premises. 8. Civil Service Eligibility Is An Advantage. H. Engineering Assistant/ Base Radio Operator Qualifications: 1. Must Be Bsece Graduate. 2. With Ntc License Of At Least 2phn Base Radio Operator Or Winning Bidder/ Contractor Shall Shoulder The Application Of Ntc License Of At Least 2phn Base Radio Operator On Behalf Of The Applicant. 3. Knowledgeable In Troubleshooting Of Mechanical And Electrical Equipment Is An Advantage. 4. Assist Engineers In Daily Activities Related On Operations. I. Emtsd Staff Qualifications: 1. At Least 1 Year Of Demonstrated Experience In Hsse Is Required. 2. Ability To Comprehend Hsse Laws And Regulations. 3. Demonstrates Good Oral And Communication Skills. 4. Must Be Able To Work With Multiple People Of Different Backgrounds. J. Civil Engineer Qualifications: 1. Civil Engineering Graduate. 2. At Least 1 Year Experience In Construction And Related Fields. 3. Demonstrates Good Oral And Communication Skills. 4. Can Interpret Plans And Drawings.
Closing Soon11 Mar 2025
Tender AmountPHP 2.9 Million (USD 52.3 K)

Roads Department the Sub Division of the Ministry of Finance and Economy of the Ajara Autonomous Republic Tender

Civil And Construction...+1Civil Works Others
Georgia
Description: Works For Complete Or Part Construction And Civil Engineering Work
Closing Soon11 Mar 2025
Tender AmountGEL 60.4 K (USD 21.7 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Invitation To Bid For The Sustainable Infrastructure Program Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Roads Leading To Major / Strategic Public Buildings/ Facilities - Construction Of Bridge Along Barangay Cabuyao, Sitio Lubigan To Barangay Tupa Sitio Pansur, Bolinao, Pangasinan 1. The Dpwh Pangasinan 1st District Engineering, Through The Gaa 2025 Intends To Apply The Sum Of Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Sustainable Infrastructure Program Alleviating Gaps (sipag) - Access Roads And/or Bridges From The National Roads Leading To Major / Strategic Public Buildings/ Facilities - Construction Of Bridge Along Barangay Cabuyao, Sitio Lubigan To Barangay Tupa Sitio Pansur, Bolinao, Pangasinan With Contract Id 25ag0177. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Pangasinan 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 360 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Dpwh Pangasinan 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18-march 10, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 7. The Dpwh Pangasinan 1st District Engineering Will Hold A Pre-bid Conference On February 25, 2025, 10:00 A.m. At 2nd Floor, Conference Room, Dpwh Pangasinan 1st Deo, Alaminos City, Pangasinan And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube: Https://youtube.com/@dpwhpangasinan1deo, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_pangasinan1@dpwh.gov.ph On Or Before March 10, 2025 10:00 A.m. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On March 10, 2025 10:00 A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube: Https://youtube.com/@dpwhpangasinan1deo. 11. The Dpwh Pangasinan 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Wilfred V. Carace Bac Secretariat Head Dpwh-pangasinan 1st Deo Alaminos City, Pangasinan Tel. No.: 075-552-7213/cp No.: 09196149058 Email Address: Carace.wilfred@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh And Philgeps Website For Online Bid Submission: Electronicbids_pangasinan1@dpwh.gov.ph February 18, 2025 Oliver T. Celeste Bac Chairperson
Closing Soon10 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

Environmental Management Bureau Tender

Chemical Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation (rfq) Chemical Spill Kit Rfq No. 2025-ord-015 The Department Of Environment And Natural Resources – Environmental Management Bureau – National Capital Region (denr-emb-ncr) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications. The Denr-emb-ncr Intends To Apply The Sum Of Forty Thousand Pesos Only (php 40,000.00) Being The Chemical Spill Kit, Rfq No. 2025-ord-015. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A Set Of Technical Specifications Are Provided In Attachment 1. All Items Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. Small-value Procurement/shopping Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Per Item Basis, And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. Quotations Must Be Delivered At The Address Below Not Later Than 12:00 P.m. Of March 10, 2025. Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue Diliman, Quezon City Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. Bid/quotation May Be Typewritten And May Be Placed In A Sealed Envelope Marked The Chemical Spill Kit, Rfq No. 2025-ord-015. Or You May Send Your Bid-quotation Through Fax (02-9313134) Or E-mail (emb.bacsec.ncr125@gmail.com). Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. The Delivery Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order (p.o) And/or Job Order (j.o). The Supplier Should Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Department Of Environment And Natural Resources Environmental Management Bureau National Capital Region National Ecology Center Compound, East Avenue, Diliman, Quezon City The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. The Prospective Bidder Shall Submit The Following: Signed Quotation Form Goods- Technical Specifications And Certification From Regulatory Offices, If Applicable (dole Doh And Etc.) Food Services- Menu Civil Works- Plan, Layout, And Design Proof Of Philgeps Registration; Sec Registration/dti Certificate; Business Permit; Tax Clearance Annual Income Tax Return; Preferably With Proof That The Offered Products/items Are Manufactured By An Iso-9001 And Iso14001 Company Whose Certifications Are Valid On Opening Of Proposal; Preferably In Compliance With Philippine Green Public Procurement Roadmap Of Government Procurement Policy Board (gppb); Failure To Follow The Above Requirements May Result In Outright Rejection Of Submitted Quotation/s. 16. Awarded Bidder Should Sign The Conforme Within Three (3) Working Days Upon Receipt. Failure To Conform Shall Be The Basis In The Consideration Of Appropriate Responsiveness Of The Bidder, In Which The Procuring Entity Shall Proceed To The Next Lowest Calculated And Responsive Bid. Engr. Divina C. Camarao Bac, Chairperson Attachment 1 Technical Specifications No. Purchaser’s Specifications Quantity / Uom Abc Per Unit Total Abc Rfq No. 2025-ord-015 Chemical Spill Kit See Attached Specifications 1 Lot ₱ 40,000.00 ₱ 40,000.00 Along With Your Signed Quotation Please Submit The Ff: Philgeps Certificate Dti/ Sec Mayor’s Permit Tax Clearance Annual Income Tax Return Preferably With Proof That The Offered Products / Items Are Manufactured By An Iso-9001 And Iso-14001 Company Whose Certifications Are Valid On The Opening On Proposal Quotation Form Date: ________________ Rfq No.______________ Attention: Fad-procurement And Property Management Unit Department Of Environment And Natural Resources Environmental Management Bureau-national Capital Region National Ecology Center Compound East Avenue, Diliman, Quezon City Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Quantity / Uom Delivery Site Unit Price (php) Total Price (php) Rfq No. 2025-ord-015 Chemical Spill Kit See Attached Specifications Emb- Ncr We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen (15)-day Delivery Period From Receipt Purchase Order (p.o) Or Job Order (j.o). We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : Postal Address : Email Address : Telephone & Fax No. : Supplier’s Representative : Signature Over Printed Name : Account Name And Branch : Preferably Landbank Account. In Case Of Other Banks, Charges May Apply. Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] ______________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [name Of Bidder] Complies With Existing Labor Laws And Standards; And [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: Carefully Examining All Of The Bidding Documents; Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial]
Closing Soon10 Mar 2025
Tender AmountPHP 40 K (USD 698)

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Department Of Public Works And Highways-regional Office I, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 149,382,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Replacement Of Permanent Weak Bridges - Pasaleng Br. (b00550lz) Along Manila North Rd With Contract Id No. 25a00296. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways-regional Office I, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 255 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways-regional Office I And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 To March 10, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 7. The Department Of Public Works And Highways-regional Office I Will Hold A Pre-bid Conference On February 25, 2025 @ 10:00 Am At 2nd Floor, Conference Room Of Dpwh-regional Office I, City Of San Fernando, La Union And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube Https://youtube.com/@dpwh.ro.1, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_r1@dpwh.gov.ph On Or Before March 10, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On March 10, 2025 @ 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube: Https://youtube.com/@dpwh.ro.1. 11. The Department Of Public Works And Highways-regional Office I Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dave D. Delizo Bac Secretariat Head Dpwh-regional Office I Aguila Road, City Of San Fernando, La Union Tel. No.: (072) 242-9351/ 242-9388 Email Address: Delizo.dave@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh And Philgeps Website For Online Bid Submission: Electronicbids_r1@dpwh.gov.ph February 18, 2025 Clarence B. Rimando Bac Chairman
Closing Date18 Mar 2025
Tender AmountPHP 149.3 Million (USD 2.6 Million)

EPA EQUOVALLEE PLANE DU VAR Tender

Works
Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
France
Details: Title: Travaux 3eme Section Des Espaces Publics De La Zac Nice Meridia - Sous-phase 3 : Parcs Et Voiries Attenantes description: La Consultation A Pour Objet Les Travaux De La 3ème Section Des Espaces Publics De La Zac Nice Méridia - Sous-phase 3 : Elle Concerne La Réalisation D'une Nouvelle Partie De La 3ème Section Des Espaces Publics De La Technopole Urbaine Méridia, Autour Des Projets Immobiliers " Oasis " Et " Joia Méridia " (macrolot), Et La Création Des Parcs Université 2 Et 3. La Présente Consultation Comporte 3 Lots, Chaque Lot Constituant Un Marché Distinct : -lot N°1 : Travaux De Vrd, Génie-civil Et Mobilier Urbain ; -lot N°2 : Travaux D'éclairage ; -lot N°3 : Travaux D'espaces Verts-réseaux D'arrosage. La Valeur Estimée De 3 720 862 Euros Ht Correspond À La Somme De La Valeur Estimée De Chaque Lot.
Closing Date21 Mar 2025
Tender AmountEUR 3.7 Million (USD 4 Million)

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 25ob0112 Name Of Contract : Replacement Of Permanent Weak Bridge - Pateros Br. (b01843lz) Along Pateros-mckinley Rd Location : Pateros, Metro Manila Scope Of Works : Bridges: Construction - Concrete (superstructure) - With Cast-in-place Piles Approved Budget For The Contract : Php 96,499,012.78 Contract Duration : 330 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B B) Contract Id No. : 25ob0248 Name Of Contract : Construction Of Multi-purpose Building, Nueve De Febrero Street, Barangay Mauway, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,963.43 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B C) Contract Id No. : 25ob0253 Name Of Contract : Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads - Ortigas Ave. - K0010+286 - K0011+547 Location : Mandaluyong City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 48,999,275.54 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B D) Contract Id No. : 25ob0308 Name Of Contract : Construction (completion) Of Nacida Incubator Facility Including Site Development, Barangay Concepcion Dos, Phase Iv Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 98,999,086.37 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B E) Contract Id No. : 25ob0309 Name Of Contract : Construction (completion) Of Bureau Of Fire Protection And Pnp Building At City Hall Complex Barangay Plainview, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 67,549,999.99 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B F) Contract Id No. : 25ob0310 Name Of Contract : Construction (completion) Of Senate President Neptali Gonzales General Hospital At Barangay Mauway Package 7, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 96,499,939.05 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B G) Contract Id No. : 25ob0318 Name Of Contract : Rehabilitation Of Road Network And Drainage System At Mrr Street, Brgy. Pineda, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 44,494,528.47 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B H) Contract Id No. : 25ob0323 Name Of Contract : Completion Of Barangay Parang Materials Recovery Facility, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 34,647,224.56 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B I) Contract Id No. : 25ob0335 Name Of Contract : Construction Of Multi-purpose Building In Rizal High School, Pasig City (phase 1) Location : Pasig City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 98,999,822.29 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B J) Contract Id No. : 25ob0350 Name Of Contract : Construction Of Multi Level Purpose Building, Barangay Vergara, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 74,249,999.55 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B K) Contract Id No. : 25ob0351 Name Of Contract : Construction Of Multi Level Purpose Building, Plainview Elementary School, Barangay Plainview, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - High Rise - Concrete (frame) - Cast-in-place Piles (6 And Above Storeys) Approved Budget For The Contract : Php 78,399,932.59 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B L) Contract Id No. : 25ob0353 Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Wackwack Package 7, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 98,999,933.33 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B M) Contract Id No. : 25ob0354 Name Of Contract : Construction (completion) Of Multi Level Building At Andres Bonifacio Integrated School, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 59,399,996.03 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B N) Contract Id No. : 25ob0355 Name Of Contract : Construction Of Multi Storey Building At Plainview Elementary School Package 1, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - High Rise - Concrete (frame) - Cast-in-place Piles (6 And Above Storeys) Approved Budget For The Contract : Php 98,999,611.71 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B O) Contract Id No. : 25ob0356 Name Of Contract : Construction Of Multi-purpose Building, National Language Skills Center, Tesda Complex, Taguig City Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 98,990,525.72 Contract Duration : 330 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B P) Contract Id No. : 25ob0357 Name Of Contract : Construction Of Multi-purpose Building, Saniboy St., Barangay Hulo, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 69,299,654.69 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Q) Contract Id No. : 25ob0362 Name Of Contract : Construction Of Building At Nueve De Febrero Elementary School, Barangay Addition Hills, Mandaluyong City (phase 1) Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 98,999,405.93 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B R) Contract Id No. : 25ob0376 Name Of Contract : Construction Of Multi Purpose Bldg. (covered Court) Phase 2, Nayon Ng Kabataan, Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,990.66 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B S) Contract Id No. : 25ob0379 Name Of Contract : Construction Of Multi-purpose Building (covered Court & Offices) At Nayon Ng Kabataan Dswd At Barangay Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,996.81 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B T) Contract Id No. : 25ob0398 Name Of Contract : Rehabilitation Of Multi-purpose Building (star Gym), Barangay Nangka, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 39,599,820.26 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B U) Contract Id No. : 25ob0405 Name Of Contract : Rehabilition Of Multi-purpose Building, Barangay Fortune Q Civic Center, Barangay Fortune, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 39,599,301.51 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B V) Contract Id No. : 25ob0408 Name Of Contract : Construction Of National Building, Brgy. Rosario, Pasig City (phase 1) Location : Pasig City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 98,999,986.10 Contract Duration : 270 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B W) Contract Id No. : 25ob0439 Name Of Contract : Rehabilitation Of Tesda Women's Center Buildings, Tesda Central Office Compound, Western Bicutan, Taguig City (phase 1) Location : Taguig City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 39,599,353.67 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B X) Contract Id No. : 25ob0445 Name Of Contract : Construction/rehabilitation Of Barangay Tumana Water System, Barangay Tumana, Marikina City Location : City Of Marikina Second District Scope Of Works : Water Supply (level 2 & 3): Construction (piped Water With Communal/private Water Point) Approved Budget For The Contract : Php 98,999,909.76 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City During Weekdays From 7:00 A.m To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 - March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Specified In Each Contract 7. 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. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 11, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig 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. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Noted: Eduardo B. Del Rosario Aristotle B. Ramos Chief, Construction Section District Engineer Bac Chairman
Closing Soon11 Mar 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
9991-10000 of 10000 active Tenders