Civil Tenders
Civil Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Bridge Construction, Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Guimaras District Engineering Office San Miguel, Jordan, Guimaras Invitation To Bid For 25ge0042 1. The Department Of Public Works And Highways, Guimaras District Engineering Office Through The General Appropriations Act (gaa) Fy 2025 Intends To Apply The Sum Of Ninety-six Million Seventeen Thousand Five Hundred Pesos And 0/00 Centavos (php96,017,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract No. 25ge0042 – Preventive Maintenance Of Road: Asphalt Overlay - Guimaras Circumferential Rd (s00028gr) K0101 + 950 - K0102 + 494, K0104 + 880 - K0105 + 800. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Guimaras District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay - Guimaras Circumferential Rd (s00028gr) K0101 + 950 - K0102 + 494, K0104 + 880 - K0105 + 800 Contract Id No. : 25ge0042 Locations : Ravina Sur And Ravina Norte, Sibunag Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part C. Earthworks Part E. Surface Courses Part F. Bridge Construction Part H. Miscellaneous Structures Approved Budget For The Contract : Php96,017,500.00 Contract Duration : 101 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of A For Medium 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. 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 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 (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. 6. Interested Bidders May Obtain Further Information From The Dpwh, Guimaras District Engineering Office And Inspect The Bidding Documents At 2/f Bidding Room, Guimaras District Engineering Office, San Miguel, Jordan, Guimaras During Weekdays From 8:00 A.m. To 5:00 P.m. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 04, 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 P 50,000.00. 8. 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. 9. The Department Of Public Works And Highways Guimaras District Engineering Office Will Hold A Pre-bid Conference On February 11, 2025 (tuesday) @ 2:00 P.m. At 2/f Bidding Room, Dpwh Guimaras District Engineering Office, San Miguel, Jordan, Guimaras Which Shall Be Open To Prospective Bidders. 10. 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. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_guimaras@dpwh.gov.ph For Electronic Submission On Or Before February 25, 2025 (tuesday) At 9:00 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. 12. Bid Opening Shall Be On February 25, 2025 (tuesday) At 9:00 A.m. At 2/f Bidding Room, Dpwh, Guimaras District Engineering Office, San Miguel, Jordan, Guimaras. 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. 13. The Department Of Public Works And Highways Guimaras 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. 14. For Further Information, Please Refer To: Meredith L. Curtom Head, Procurement Unit Tel. No. 033-581-2061 Fax No. 033-331-9177 Dpwhguim04@yahoo.com Approved By: (sgd) Jamme Joe P. Monteclaro Bac Chairperson
Closing Date25 Feb 2025
Tender AmountPHP 96 Million (USD 1.6 Million)
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 Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0010: Asset Preservation Program – Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads – Tertiary Roads - Ilocos Norte – Apayao Rd – K0496+682 – K0496 +926 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 9,799,966.51 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0010: Asset Preservation Program – Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads – Tertiary Roads - Ilocos Norte – Apayao Rd – K0496+682 – K0496 +926. 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 116 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; < Php15m; 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 Php10,000.00. 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 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 & Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
Closing Date25 Feb 2025
Tender AmountPHP 9.7 Million (USD 167.6 K)
BARANGAY SALVADOR, TANAUAN, LEYTE Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Description I. Project Billboard Ii. Occupational Safety & Health Program Iii. Clearing & Grubbing Iv. Structure Excavation V. Reinforcing Steel (deformed) Vi. Formworks And Falseworks Vii. Structural Concrete Viii. Metal Structure Accessories Ix. Painting Works X. Solar Led Streetlight 1. Barangay Salvador, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Distributors Of Construction Materials For The Project: Installation Of Solar Lights (9 Units) 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 10:00 Am On February 11, 2025. 5. Barangay Salvador, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Salvador, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Ariel A. Palabio 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 Salvador, 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 Salvador 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 10:00 Am 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. Ariel A. Palabio Brgy. Chairman
Closing Soon11 Feb 2025
Tender AmountPHP 289.2 K (USD 4.9 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan Third District Engineering Office Tuguegarao City, Cagayan, Region Ii Invitation To Bid For 25bd0047 – Basic Infrastructure Program (bip) – Multi-purpose Buildings/facilities To Support Social Services – Construction Of Multi-purpose Building (convertible To Evacuation Center), Barangay Minanga, Peñablanca, Cagayan 1. The Dpwh-cagayan Third District Engineering Office, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of P4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25bd0047 – Basic Infrastructure Program (bip) – Multi-purpose Buildings/facilities To Support Social Services – Construction Of Multi-purpose Building (convertible To Evacuation Center), Barangay Minanga, Peñablanca, Cagayan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-cagayan Third District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Eighty Two Calendar Days (182 C.d.). 3. The Department Of Public Works And Highways – Cagayan Third District Engineering Office Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip) – Multi-purpose Buildings/facilities To Support Social Services – Construction Of Multi-purpose Building (convertible To Evacuation Center), Barangay Minanga, Peñablanca, Cagayan Contract Id No. : 25bd0047 Location : Barangay Minanga, Peñablanca, Cagayan Scope Of Work : Construction Of Multi-purpose Building Approved Budget For The Contract : P4,950,000.00 Contract Duration : 182 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) 4. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C&d To Aaa With Size Range Of Small B To Large B. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage 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 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 5. 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. 6. 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. 7. 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. 8. Interested Bidders May Obtain Further Information From Dpwh-cagayan Third District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m To 5:00 P.m. 9. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4, 2025 To February 24, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p5,000.00). 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. 10. 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. 11. The Dpwh-cagayan Third District Engineering Office Will Hold A Pre-bid Conference On February 11, 2025, 9:00 A.m. At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan And/or Through Videoconferencing/webcasting Via Zoom-teleconference/google Meet And Livestreamed On Youtube Channel (dpwh Cagayan 3rd Deo Bac), Which Shall Be Open To Prospective Bidders. 12. Bid Submission Maybe 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 Bds. 13. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan Or At Electronicbids_cagayan3@dpwh.gov.ph For Electronic Submission On Or Before February 24, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 15. Bid Opening Shall Be On February 24, 2025, Immediately After The Deadline For The Submission Of Bid At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Livestream On Youtube Channel (dpwh Cagayan 3rd Deo Bac). 16. The Dpwh-cagayan Third District Engineering Office, Bac 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. 17. For Further Information, Please Refer To: Bac-chairperson: Valerico E. Badua, Jr. Bac Secretariat Head : Perdito A. Dayag Address : Dpwh-ctdeo Address : Dpwh-ctdeo Telephone No. : 844-9384 Telephone No. : 844-9384 Email Address : Baduajr.valerico@dpwh.gov.ph Email Address: Dayag.perdito@dpwh.gov.ph 18. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_cagayan3@dpwh.gov.ph Date Of Publication: February 4, 2025 Approved By: Valerico E. Badua, Jr. Chief, Quality Assurance Section (bac-chairperson)
Closing Date24 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Masbate 3rd District Engineering Office, Dimasalang, Masbate Through The Sr2024-12-023246 Intends To Apply The Sum Of Tabulated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contracts Stated Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Masbate 3rd District Engineering Office, Dimasalang, Masbate Through Its Bids And Awards Committee Now Invites Bids For The Procurement Activity For The Hereunder Works: Contract Id: 24fj0082 Contract Name: Cssp - Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Concrete Road, Barangay Palho - Barangay Buenasuerte, Pio V. Corpus, Masbate Contract Location: Pio V. Corpus, Masbate Brief Description: Road Concreting (5m. Width) Approved Budget For The Contract (abc): Php 4,809,202.63 Contract Duration: 34 Calendar Days Pcab Size Range/license Category For Arcc: Road – Small B / Category C & D Cost Of Bidding Documents: Php 5,000.00 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 Registered With And Classified By The Philippine Contractors Accreditation Board (pcab), With Pcab License Category Stated Above. 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current/updated The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attach Their Newly Updated Platinum Registration And Membership Certificate In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. 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. 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 Dpwh, Masbate 3rd District Engineering Office, Dimasalang, Masbate And Inspect The Bidding Documents At The Bac Secretariat Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 4, 2025 – 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 Stated Above. The Procuring Entity Shall Allow The Bidder To Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 197 Series Of 2001. Those Representatives Not Included In The Crc Are Required To Submit Special Power Of Attorney Or Secretary’s Certificate, Whichever Is Applicable, And Two (2) Valid Government Issued Ids To Be Allowed To Transact Business. 7. The Dpwh, Masbate 3rd District Engineering Office Will Hold A Pre-bid Conference On February 11, 2025 At 2:00 P.m. At The Deo Conference Room And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 8. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_masbate3@dpwh.gov.ph For Electronic Submission On/or Before February 24, 2025 At 10:00 A.m.. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On February 24, 2025 Immediately After The Deadline Of Submission Of Bids At The Given Address Below And/or May Be Viewed At Our Youtube Channel/ Handle “@dpwh.masbate3deo”. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. Equipment Capacity As Specified In The Bid Data Sheet Shall Be Mandatory And Absence Of The Same Shall Disqualify The Contractor. 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. 12. The Dpwh, Masbate 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Ruel Y. Gallares Bac Secretariat Head: Oliver H. Castillo Address: Dpwh Masbate 3rd Deo, Masbate Address: Dpwh Masbate 3rd Deo, Masbate Telephone No.: Email Address: (056) 333 2562 Masbate3.deo@gmail.com Telephone No.: Email Address: (056) 333 2562 Masbate3.deo@gmail.com Approved By: Sgd. Ruel Y. Gallares Bac Chairperson Dates Of Posting: Dpwh Website: February 4-10, 2025 Www.dpwh.gov.ph Philgeps Website: February 4-10, 2025 Philgeps: Https://www.philgeps.net/geps/default.aspx
Closing Date24 Feb 2025
Tender AmountPHP 4.8 Million (USD 82.2 K)
MUNICIPALITY OF ABUCAY, BATAAN Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item Description Of Works To Be Done I Part A: Facilities For The Engineer Ii Part B: Other General Requirements Iii Part C: Removal Of Structures And Obstructions Iv Part D: Finishing Band Other Civil Works
Closing Soon12 Feb 2025
Tender AmountPHP 999.9 K (USD 17.1 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 144.7 Million (USD 2.4 Million)
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 25ha0087 – Construction Of Multi-purpose Building, Ambuan, Catigbian, Bohol 1. The Department Of Public Works And Highways – Bohol 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ha0087. 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, Ambuan, Catigbian, Bohol Contract Id No. : 25ha0087 Location : Catigbian, Bohol Scope Of Works : Construction Of Multi-purpose Building Approved Budget For The Contract : 4,950,000.00 Contract Duration : 150 - 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 Bohol1stbacsec@gmail.com 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 Result In The Bidder Not Being Issued An Order Of Payment Nor Being 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 04, 2025 – February 25, 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 11, 2025 At 10:00 A.m. At Procurement Office, 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 February 25, 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 February 25, 2025 At 1:00 P.m At Procurement Office, 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.e.r. Bac Chairman Dpwh Bohol 1st District Engineering Office Tagbilaran City, Bohol (038)422-8317 Local 62004
Closing Date25 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Sakhisizwe Local Municipality Tender
Civil And Construction...+1Civil Works Others
South Africa
Description: Appointment Of Civil And Structural Engineering Consultants To Serve On The Municipality's Panel For A Period Of 36 Months
Closing Date4 Mar 2025
Tender AmountRefer Documents
3731-3740 of 9980 active Tenders