Civil Tenders

Civil Tenders

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 144.7 Million (USD 2.4 Million)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
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 24b00153 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Upgrading/ Repair And Equipping Of Rural Health Unit - Sta. Fe Rural Health Unit 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00153: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Upgrading/ Repair And Equipping Of Rural Health Unit - Sta. Fe Rural Health Unit. 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 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Upgrading/ Repair And Equipping Of Rural Health Unit - Sta. Fe Rural Health Unit Contract Id No. : 24b00153 Location : Sta. Fe, Nueva Vizcaya Brief Project Description : Construction Of Patient's Waiting Area (25.65sq.m.), Construction Of Power House (12.50sq.m.), Construction Ambulance Bay (84.00sq.m.), Improvement Of Ramp, Construction Of Placenta Vault (7.35cu.m.), Sharp And Needle Vault (2.65cu.m.) And Catch Basin, Installation Of Sewer Lines, Storm Drainage, And Water Line System, Installation Of Electrical Works, Fire Alarm And Air Conditioning Unit, Construction Of Cabinets, Pcc Pavement (200sq.m.) (frontage Of Building) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Sewer Line Works • Cold Water Lines • Ceiling • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing & Gutters) • Unglazed Tiles • Waterproofing, Liquid • Non -slip Finish • Decorative Stones • Metal Deck Panel • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (purlins) • Stainless Steel Railing Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 18 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 04 - 24, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On February 11, 2025, 11:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 24, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 24, 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: February 04 - 10, 2025 Conspicuous Place (procurement Bulletin Board): February 04 - 10, 2025
Closing Date24 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)

Inter Broker sp z o o Tender

Other Consultancy Services...+1Consultancy Services
Poland
Description: Property and Civil Liability Insurance of the Kłoczew Commune and Organizational Units and Cultural Institutions
Closing Soon12 Feb 2025
Tender AmountRefer Documents 

Governo Do Estado De Mato Grosso Tender

Other Consultancy Services...+1Consultancy Services
Brazil
Description: Electronic Auction - Contracting of a Specialized Company to Carry Out the 2nd Stage of Civil Adjustments at the Rented Headquarters of the Public Prosecutor's Offices of Itaúba, in Accordance with the Conditions, Specifications and Quantities Described in the Terms of Reference Annex I of the Notice.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Dpwh Isabela Fourth District Engineering Office Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts: Procurement Id / Contract Id : 25bh0147 Contract Name : Basic Infrastructure Program (bip) – Multi-purpose Buildings/facilities To Support Social Services – Construction Of Multi-purpose Building, Barangay Bucal Norte, Dinapigue, Isabela Contract Location : Barangay Bucal Norte, Dinapigue, Isabela Brief Description : Building Construction Approved Budget For The Contract (abc) : Php 4,950,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 156 Calendar Days Cost Of Bidding Documents : Php 5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 1. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Is Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. 2. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The Government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh Isabela 4th District Engineering Office And Inspect The Bidding Documents At Brgy. Quezon, San Isidro, Isabela During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Date Shown Below From The Address Stated On Number 5 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated In The Contract Id And Details. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Dpwh Isabela Fourth District Engineering Office Will Hold A Pre-bid Conference On The Date Shown Below, And It Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_isabela4@dpwh.gov.ph For Electronic Submission On Or Before The Date Shown Below. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On Date Shown Below For Manual Submission On Or Before The Date Shown Below. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Dpwh Isabela Fourth 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. 12. 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 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. 13. For Projects To Be Bid, The Patent, With Patent Number And Material’s Country Of Origin Clearly Stated, Shall Be Required As Part Of The Technical Documents During The Bidding And Shall Be Indicated In The Checklist. The Contractors Shall Be Mandated To Use The Materials Declared To Be Used For The Project During The Bidding Process To Avoid Switching Of Materials During Project Implementation. 14. For Further Please Refer To: Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: Bac Chairperson: Jube T. Dizon, Msem Address: Dpwh – Isabela Fourth Deo Quezon, San Isidro, Isabela Email Address: Dizon.jube@dpwh.gov.ph Bac Secretariat Head: Florendo R. Pascua Jr. Address: Dpwh – Isabela Fourth Deo Quezon, San Isidro, Isabela Email Address: Pascua.florendo_jr@dpwh.gov.ph Activity | Time | Place 1. Issuance/downloading Of Bid Documents February 4, 2025 Up To February 26, 2025 Hard Copies At Bac Secretariat, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela Downloadable From Dpwh Website Www.dpwh.gov.ph,philgeps Website Www.philgeps.gov.ph And Website Of Concerned Foreign Financing Institution 2. Pre-bid Conference 09:00 A.m. February 11, 2025 Dpwh Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela 3. Receipt By The Bac Of Bids Until 10:00 A.m. February 25, 2025 Bac, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela 4. Opening Of Bids 10:00 A.m. February 25, 2025 Bac, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela Approved By: (sgd) Jube T. Dizon, Msem Engineer Iii Bac Chairperson
Closing Date26 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)

SBB CFF FFS Achats Projets De Construction Emplacement Berne Tender

Works
Civil And Construction...+1Civil Works Others
Switzerland
Details: Title: Kra Assainissement Gschg - Lot 1, Entreprise De Construction description: Description Du Projet L'arrêté Du Conseil D'etat (rrb) N° 2016-000704 Du 22 Juin 2016 Oblige Les Cff Sa, En Vertu De L'art. 10 De La Loi Fédérale Sur La Pêche (lfsp), À Assainir Le Passage Des Poissons Au Niveau De La Salle Des Machines Et De La Centrale De Dotation De La Centrale De Rupperswil-auenstein (kra). Le Projet Actuel Comprend Deux Sous-projets : * Sp B : Dévalaison Des Poissons Au Niveau De La Centrale De Dotation Au Moyen D'un Déversoir Vertical Peu Incliné Avec Conduite De Dérivation Dans Le Canal De Contournement Existant. * Sp C : Remontée Des Poissons Au Niveau De La Salle Des Machines Au Moyen D'une Combinaison De Passe À Fentes Verticales Et De Passe À Bassins À Chenaux Avec Deux Entrées Sur La Rive Gauche Le Lot 1 Mis En Adjudication Concerne Les Travaux De Génie Civil Pour Ce Projet. Les Autres Lots (construction Hydraulique En Acier, Commande, Pompes À Courant D'attrait,...) Font L'objet D'un Appel D'offres Séparé. Travaux Prévus Pour La Dévalaison Des Poissons Centrale De Dotation (sp B) * Protection Des Poissons : La Protection Des Poissons À La Centrale De Dotation Est Assurée Par Un Dégrilleur Vertical Peu Incliné (espacement Des Barreaux De 20 Mm). * Râteau Nettoyeur : Le Râteau Est Équipé D'un Nouveau Râteau Nettoyeur. * Ouvrage De Ramification : Les Poissons Passent Par Trois Ouvertures Proches De La Surface Dans Le Déversoir À Poissons Pour Atteindre Le Canal De Rinçage Existant Et, De Là, Un Nouvel Ouvrage De Ramification À Construire (débit D'environ 520 L/s). Un Clapet Vertical En Acier Dirige L'eau Soit Vers Le By-pass Pour La Dévalaison Des Poissons (mode Normal), Soit Vers Le Canal De Rinçage Existant (mode Rinçage). Le Niveau D'eau Dans L'ouvrage De Bifurcation Peut Être Régulé Par Un Clapet Horizontal En Acier Dans Le Bypass. * Poutrelles De Barrage : De Nouvelles Poutres De Barrage Sont Nécessaires À L'extrémité Amont Du Canal D'amenée Vers La Centrale De Dotation, Afin De Remplacer La Position Actuelle De L'extrémité De La Poutrelle De Barrage. * Adaptation De La Construction Dans Le Canal D'amenée De La Centrale De Dotation Travaux Prévus Pour La Remontée Des Poissons Salle Des Machines (sp C) * Remontée Des Poissons : La Remontée Des Poissons S'effectue Au Moyen D'une Combinaison De Passe À Fentes Verticales Et De Passe À Bassins En Chenal Avec Deux Entrées Sur La Rive Gauche. * Le Courant De Guidage Est Généré Par Des Pompes À Courant D'attrait * La Pente Abrupte De La Rive Nécessite D'importants Travaux De Génie Civil Avec Des Parois De Pieux Forés Dissoutes, Des Systèmes Renforcés De Terre Et L'assèchement Des Eaux. * Pour Les Entrées Et Sorties Dans Les Eaux Inférieures Et Supérieures, Le Mur De Rive Existant Doit Être Percé. * Remise À Ciel Ouvert Du Fossé De Tuf Existant
Closing Date31 Mar 2025
Tender AmountRefer Documents 

Barangay Sta Elena, Tanauan, Leyte Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Description I. Structure Excavation (common Soil) Ii. Structural Concrete For Footing Iii. Reinforcing Steel Of Reinforced Concrete Structures Iv. Cement Plaster Finish V. Painting Works (metal Painting) Vi. 100mm Chb Non Load Bearing (including Reinforcing Steel) Vii. Metal Structure Accessories (railings) 1. Barangay Sta. Elena, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Construction/improvement Of Senior Citizen Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 11, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On February 11, 2025. 5. Barangay Sta. Elena, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Sta. Elena, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Nicolas V. Arcena Brgy. Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i.prescribed Forms)including The Required Enclosed Attachments.all Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items.bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items .bid/tenders Shall Be Written In Words As Well As In Figures,the Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof,the Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents ,including Annexes Shall Be Signed In Ink .the Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents ,specifications,special Provisions If Any ,and The Form Of Contract,and Fully Informs Himself As To Quality Of Materials.the Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenderscfor Any Expense Or Loss That May Occur In The Preparation Of Their Proposals,nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To,and Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash,certified Check,cashiers Check,managers Check,bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Sta. Elena, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond.bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing ,except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned . Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form ,shall Be Submitted In Two (2) Sealed Envelop Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders ,and Must Be Addressed To; The Bac Chairman,bids And Awards Committee(bac)and Or,type Bac Chairman, Barangay Sta. Elena Tanauan, Leyte .the Bidders Shall Marked The Two Envelopes;do Not Open(date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st”shall Contain The Following;1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule ;4.manpower Requirements;5.after Sales Service/parts;if Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p149,974.31);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Og Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-aand Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope,which Should Be Marked’’2nd ‘’shall Contain The Following;1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form;2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid ,but Shall Send Another Bid Equally Sealed,properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac;in This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant,either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself,acts,rules And Regulations Of The Republic Of The Philippines,including Any Or All Local Ordinances Or Rules Or Regulations,which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders.the Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules,and Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay”s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On February 11, 2025 At Exactly 02:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Brgy. Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted.award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Brgy. Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information;or (c) Such Other Compelling Grounds As Determinedcduring Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By Thr Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By; Hon. Nicolas V. Arcena Brgy. Chairman
Closing Soon11 Feb 2025
Tender AmountPHP 110 K (USD 1.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways 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. : 25ob0032 Name Of Contract : Rehabilitation Of J.p. Rizal Along Barangay Santo Niño, Barangay Malanday, Barangay San Roque And Barangay Kalumpang, Marikina City Location : City Of Marikina First District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 39,199,767.13 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B B) Contract Id No. : 25ob0039 Name Of Contract : Construction Of Multi-purpose Building, Midtown, Phase 4, Barangay San Roque, Marikina City Location : City Of Marikina First District Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 49,499,947.72 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B C) Contract Id No. : 25ob0043 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Shoe Ave - K0019 + 097 - K0022 + 366 Location : City Of Marikina Second District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 68,599,647.23 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B D) Contract Id No. : 25ob0160 - Re-advertisement Name Of Contract : Rehabilitation Of Road Network At Barangay New Lower Bicutan, Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 48,999,595.10 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B E) Contract Id No. : 25ob0167 Name Of Contract : Construction Of Taguig General Hospital (phase 13), 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 73,499,885.63 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B F) Contract Id No. : 25ob0218 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - C.p. Garcia Br. (b01875lz) Along C-5 Road Location : Pasig City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - With Cast-in-place Piles Approved Budget For The Contract : Php 61,759,986.54 Contract Duration : 195 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B G) Contract Id No. : 25ob0219 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - C.p. Garcia Br. (b01894lz) Along C-5 Road Location : Pasig City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 61,759,944.68 Contract Duration : 195 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B H) Contract Id No. : 25ob0226 Name Of Contract : Construction Of Slope Protection Structure Along C-6 Open Channel (phase 12), Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,618.84 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B I) Contract Id No. : 25ob0233 Name Of Contract : Construction Of Slope Protection Structure Along Taguig River Lakeshore Area (phase 2), Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,565.21 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B J) Contract Id No. : 25ob0234 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek, Package 2 (right Bank Facing Downstream), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,716.65 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B K) Contract Id No. : 25ob0235 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek, Package 3 (right Bank Facing Downstream), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 67,549,424.29 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B L) Contract Id No. : 25ob0236 Name Of Contract : Construction Of Taguig General Hospital (phase 12), 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 97,999,727.79 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B M) Contract Id No. : 25ob0247 Name Of Contract : Improvement Of Slope Protection Along Buli Creek (right Bank Facing Downstream), Package 1, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,716.65 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B N) Contract Id No. : 25ob0249 Name Of Contract : Construction Of Multi-purpose Building, Bahay Pag-asa, Phase 1, National Center For Mental Health, 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 49,499,941.19 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B O) Contract Id No. : 25ob0256 Name Of Contract : Construction Of Retaining Wall And Rehabilitation Of Sta. Ana River, Pateros, Metro Manila (package Viii) Location : Pateros, Metro Manila Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 49,499,658.59 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B P) Contract Id No. : 25ob0257 Name Of Contract : Construction Of Slope Protection Structure Along Labasan River (west Bank), Phase 2, Package 7, Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,853.61 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Q) Contract Id No. : 25ob0258 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek (left Bank Facing Downstream), Pasig City (package 2) Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 72,374,229.02 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B R) Contract Id No. : 25ob0259 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek (left Bank Facing Downstream), Pasig City (package 3) Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 72,374,229.02 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B S) Contract Id No. : 25ob0260 Name Of Contract : Rehabilitation Of Hakbangan Creek, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,999,731.21 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B T) Contract Id No. : 25ob0261 Name Of Contract : Rehabilitation Of Slope Protection Along Buli Creek (left Bank Facing Downstream), Pasig City (package 1) Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 72,374,229.02 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B U) Contract Id No. : 25ob0272 Name Of Contract : Bank Improvement Of Slope Protection Along Marikina River (package 21), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 72,374,824.92 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B V) Contract Id No. : 25ob0279 Name Of Contract : Bank Improvement Along Marikina River (package 22), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,999,898.49 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B W) Contract Id No. : 25ob0282 Name Of Contract : Improvement Of Manggahan Floodway, Package 1, Pasig City Location : Pasig City Scope Of Works : Flood Control: Maintenance - Dredging, Desilting, River Rechanneling/excavation Works Approved Budget For The Contract : Php 97,999,350.14 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B X) Contract Id No. : 25ob0283 Name Of Contract : Improvement Of Manggahan Floodway, Package 2, Pasig City Location : Pasig City Scope Of Works : Flood Control: Maintenance - Dredging, Desilting, River Rechanneling/excavation Works Approved Budget For The Contract : Php 97,999,542.70 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Y) Contract Id No. : 25ob0331 Name Of Contract : Construction Of Multi-purpose Building At Brgy. Caniogan, Pasig City Location : Pasig City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 55,439,554.59 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Z) Contract Id No. : 25ob0332 Name Of Contract : Construction Of Multi-purpose Building At Barangay Aguho, Pateros, Metro Manila Location : Pateros, Metro Manila 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 148,499,957.41 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Aa) Contract Id No. : 25ob0333 Name Of Contract : Construction Of Multi-purpose Building At Barangay Martirez, Pateros, Metro Manila Location : Pateros, Metro Manila Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Steel (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 69,299,836.62 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Bb) Contract Id No. : 25ob0334 Name Of Contract : Construction Of Multi-purpose Facility, Barangay Lower Bicutan, Taguig City (phase 1) Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 144,749,414.11 Contract Duration : 540 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Cc) Contract Id No. : 25ob0346 Name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Daang Bakal, 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 39,599,866.02 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B Dd) Contract Id No. : 25ob0349 Name Of Contract : Construction Of Multi-purpose Building (auditorium), Marikina Polytechnic College, Marikina City (phase 4) 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 49,499,995.63 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B Ee) Contract Id No. : 25ob0352 Name Of Contract : Construction Of Multi-purpose Building, Barangay Harapin Ang Bukas, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - High Rise - Steel (frame) - Cast- In-place Piles (6 And Above Storeys) Approved Budget For The Contract : Php 59,399,966.44 Contract Duration : 360 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Ff) Contract Id No. : 25ob0447 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - Rosario Br. (b01873lz) Along Ortigas Ave Location : Pasig City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 144,749,954.35 Contract Duration : 330 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Gg) Contract Id No. : 25ob0448 Name Of Contract : Construction Of Flood Mitigation Structure (pumping Station) At Barangay Batis, San Juan City Location : San Juan City Scope Of Works : Flood Control: Construction - Pumping Station Approved Budget For The Contract : Php 144,749,722.25 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Hh) Contract Id No. : 25ob0450 Name Of Contract : Rehabilitation Of Flood Mitigation Structure Along Ilugin Creek, Pasig City (phase 1) Location : Pasig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 48,249,397.70 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Medium A - B Ii) Contract Id No. : 25ob0451 Name Of Contract : Construction Of Multi-purpose Building (rfu-ncr Mega Laboratory Building), 1st Quadrant Of Camp Bagong Diwa Along Gen. Santos Ave., Bicutan, Taguig City (phase V) Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 144,749,550.19 Contract Duration : 540 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Jj) Contract Id No. : 25ob0452 Name Of Contract : Construction Of Multi-purpose Building (rfu-ncr Mega Laboratory Building), 1st Quadrant Of Camp Bagong Diwa Along Gen. Santos Ave., Bicutan, Taguig City (phase Vi) Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 144,749,861.34 Contract Duration : 540 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Kk) Contract Id No. : 25ob0453 Name Of Contract : Improvement Of Laguna Lakeshore Area, Barangay Lower Bicutan, Taguig City (phase I) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,589.10 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Ll) Contract Id No. : 25ob0454 Name Of Contract : Improvement Of Laguna Lakeshore Area, Barangay Lower Bicutan, Taguig City (phase Ii) Location : Taguig City Scope Of Works : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : Php 96,499,778.10 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Mm) Contract Id No. : 25ob0455 Name Of Contract : Construction Of Multi-purpose Facility, Barangay Lower Bicutan, Taguig City (phase 2) Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 144,749,723.86 Contract Duration : 540 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Nn) Contract Id No. : 25ob0456 Name Of Contract : Construction Of Multi-purpose Building (eastern Police District), Barangay Corazon De Jesus, San Juan City (package 8) Location : San Juan City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 71,279,388.98 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B Oo) Contract Id No. : 25ob0457 Name Of Contract : Construction Of Multi-purpose Building, Barangay St. Joseph, San Juan City (phase Xiv) Location : San Juan City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 59,399,464.58 Contract Duration : 270 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 03, 2025 - February 25, 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 12, 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 February 25, 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 February 25, 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: Eduardo B. Del Rosario Chief, Construction Section Bac Chairman Noted: Aristotle B. Ramos District Engineer
Closing Date25 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0505: Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Flood Mitigation Structures Protecting Public Infrastructures/facilities - Construction Of Flood Control Structure Along Sitio Carad North, Barangay 25 Tubburan, Bacarra, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,937.96 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0505: Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Flood Mitigation Structures Protecting Public Infrastructures/facilities - Construction Of Flood Control Structure Along Sitio Carad North, Barangay 25 Tubburan, Bacarra, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 83 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 Size Range Of Small B, License Category Of C & D; Single Largest Project/required Track Record ≤ Php 15m; Allowable Range Of Contract Cost Up To Php 30m. 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, 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) O The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4 – 25, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On February 11, 2025, 10:00 A.m. At 2nd Floor, Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before February 25, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On February 25, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First 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. 14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 4, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
Closing Date25 Feb 2025
Tender AmountPHP 4.8 Million (USD 83.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
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 99,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Basic Infrastructure Program (bip) - Construction Of Flood Mitigation Structures And Drainage Systems, Construction Of Quiaoit River Diversion Canal, Paoay, Ilocos Norte (package B) With Contract Id No. 25a00434. 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 226 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 04, 2025 To February 24, 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 11, 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 February 24, 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 February 24, 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 04, 2025 Clarence B. Rimando Bac Chairman
Closing Date24 Feb 2025
Tender AmountPHP 99 Million (USD 1.6 Million)
3701-3710 of 9641 active Tenders