Civil Tenders
Civil Tenders
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 Zamboanga Del Norte 3rd District Engineering Office Osukan, Labason, Zamboanga Del Norte, Region Ix Invitation To Bid For 25jd0094 - Construction Of Rainwater Collector System In San Juan Elementary School, Gutalac, Zamboanga Del Norte 1. The Dpwh-3rd District Engineering Office, Labason, Zamboanga Del Norte , Through The Fy 2025 Construction/rehabilitation Of Water Supply/septage And Sewerage / Rain Water Collector System (rwcs) Projects Intends To Apply The Sum Of Five Hundred Twenty Six Thousand Three Hundred Sixty Three Pesos & 64/100 Only (php 526,363.64) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25jd0094 - Construction Of Rainwater Collector System In San Juan Elementary School, Gutalac, Zamboanga Del Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-3rd District Engineering Office, Labason, Zamboanga Del Norte Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Rainwater Collector System In San Juan Elementary School, Gutalac, Zamboanga Del Norte Contract Id No. : 25jd0094 Locations : Zamboanga Del Norte Scope Of Works : Construction Of Rainwater Collector System Approved Budget For The Contract : Php 526,363.64 Contract Duration : 45 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small A For License Category E. 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. 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. 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 Department Of Public Works And Highways – Zamboanga Del Norte 3rd District Engineering Office And Inspect The Bidding Documents At Procurement Unit Office, Department Of Public Works And Highways – Zamboanga Del Norte 3rd District Engineering Office, Osukan, Labason, Zamboanga Del Norte During Weekdays From 8:00 Am To 5:00 Pm. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 6, 2025 To March 26, 2025 Until 9:00 A.m. 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 One Thousand Pesos (php 1,000.00). 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 Department Of Public Works And Highways – Zamboanga Del Norte 3rd District Engineering Office Will Hold A Pre-bid Conference On ( Not Applicable ) At Procurement Unit Office, Department Of Public Works And Highways – Zamboanga Del Norte 3rd District Engineering Office, Osukan, Labason, Zamboanga Del Norte, And/or Through Video Conferencing/webcasting The Dpwh Zamboanga Del Norte 3rd Deo Official Youtube Channel Https://www.youtube.com/channel/ucanbvw9rfmaum22a4bz3dyq 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. If Submitting Through A Representative, It Must Be Accompanied By A Notarized Special Power Of Attorney, Board/partnership Resolution, And Secretary's Certificate, As Proof Of Authorization. Additionally, The Representative Must Present The Original Copy Of The Contractor's Registration Certificate (crc), A Valid Company Id, A Valid Personal Id (government-issued), And Proof Of Employment (such As A Certificate Of Employment) To Ensure The Representative Is An Official Company Member And To Prevent Fraudulent Actions, Such As The Unauthorized Use Of Another Contractor’s Eligibility For Personal Gain. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_zamboangadelnorte3@dpwh.gov.ph For Electronic Submission On Or Before March 26, 2025 @ 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. 13. Bid Opening Shall Be On March 26, 2025 @ 10:00 A.m. At Procurement Unit Office, Dpwh Zdn 3rd Deo, Osukan, Labason, Zamboanga Del Norte And Shall Be Streamed Via Our Youtube Channel: Https://www.youtube.com/channel/ucanbvw9rfmaum22a4bz3dyq. 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 – Zamboanga Del Norte 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Kimberly P. Belocura Engineer Ii – Procurement Head/head Bac Secretariat Procurement Office, Dpwh Zdn 3rd District Engineering Office Brgy. Osukan, Labason, Zamboanga Del Norte Dpwh3deolabason@gmail.com Rodelito N. Telos Bac – Chairperson
Closing Date26 Mar 2025
Tender AmountPHP 526.3 K (USD 9 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Irrigation Work
United States
Details: The United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates Solicitation Of A Requirement For Design-bid-build (dbb) Construction Services To Be Performed In Support Of The Pioneer Bridge Levee Improvements At Sacramento, California.
the Project Is Anticipated To Reduce The Risk Of Levee Failure From An Erosion Related Levee Breach For Approximately 1,000 Feet Along The Sacramento River. The Project Is Anticipated To Include Several Erosion Protection Measures Located Above And Below The Average Low Flow Water Surface Elevation (~7 Feet Navd88 As Defined) Using Rock Bank Protection To Include A 3.5-foot-thick Lens Of Launchable Graded Stone C Below The Water Surface To Protect The Bank From Scour And Erosion As Well As Graded Stone C Extended Above The Water Surface To The Top Of The Bank Under The Pioneer Bridge Section. The Project Is Anticipated To Include A 3.5-foot-thick Lens Of Soil-rock Mix Above The Water Surface To Protect The Bank From Wave Wash Generated By Boat Wakes And Wind Waves, Demolition And Removal Of The Existing Upper Bank Material Under The I-80 Pioneer Bridge Section To Provide A Suitable Foundation For The Graded Stone C, And In-stream Woody Material (iwm) To Be Placed Below The Water Line To Create In-stream Cover For Fisheries Throughout The Seasons And Provide Flow Deflection Along The Bank.
the Government Anticipates Construction Work Will Be Performed In The Summer And Fall Of 2025 / From June 2025 To October 2025. In-water Work May Only Be Performed From 1 July 2025 To 31 October 2025. All Work / Construction Activities Must Be Complete By 180 Days From Notice To Proceed.
in Accordance With Federal Acquisition Regulation (far) 36.204(g), The Magnitude Of Construction For The Anticipated Project Is Between $5,000,000 And $10,000,000.
the Government Intends To Solicit An Invitation For Bids (ifb) That Will Result In Award Of A Firm-fixed Price Contract.
the Solicitation Is Anticipated To Be Issued Using North American Industrial Classification System (naics) Code 237990, Commercial And Institutional Building Construction / 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For This Naics, As Established By The United States Small Business Administration (sba), Is $45,500,000 Annual. The Product And Service Code (psc) Is Anticipated To Be Y1lc, Construction Of Tunnels And Subsurface Structures.
the Solicitation Is Anticipated To Be Issued As A Total Small Business Set-aside Through The Governmentwide Point Of Entry, The System For Award Management (sam - Www.sam.gov) On Or About 20 March 2025 With Bids Tentatively Due 02 May 2025.
it Is Currently Anticipated That The Government Will Conduct A Pre-bid Conference And/or Site Visit On Or About 25 March 2025. The Specific Date, Time, Location, And Access Requirements Will Be Identified In Any Forthcoming Solicitation.
please Do Not Request A Copy Of The Solicitation, Or Draft Plans And Specifications, As They Are Not Currently Available. Any Available Technical Data Will Be Furnished With Any Forthcoming Solicitation. Following Solicitation Release, All Responsible Sources May Submit A Bid That Shall Be Considered By The Agency. This Project And/or The Anticipated Solicitation May Be Changed, Delayed, Or Canceled At Any Time.
the Anticipated Solicitation And Attachments May Be Posted In Portable Document Format (.pdf) Which Will Require Adobe Acrobat Reader To Open And View Files. Adobe Acrobat Reader May Be Downloaded Free Of Charge At Http://www.adobe.com/products/reader.
all Prospective Offerors Should Be Registered In The Piee System At Least One (1) Week Prior To The Anticipated Bid Due Date. Registration Is Not Required To Download Any Forthcoming Solicitation Documents, Plans, And/or Specifications, But Is Required To Submit A Bid. Copies Of The Solicitation And Attachments Will Be Made Available For Inspection Without Charge After The Solicitation Is Released, When Accessed Through Piee. Failure To Register In Piee Will Prevent Submission Of Bids As The Government Will Not Accept Them By Any Other Means. See Linked Piee Registration Instructions And Web-based Training For Information About How To Access The Piee Solicitation Module And Submit Bids / Proposals.
all Prospective Offerors Must Be Registered In Sam Before The Anticipated Solicitation Closing Date. Please See The Sam Website For Information About Sam Registration Requirements And Approval Timelines.
it Is Anticipated That Any Future Solicitation And/or Resulting Contract Will Be Subject To The E-verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), Sustainable Acquisition Requirements, And/or High-performance Sustainable Building Design And Construction Practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings).
usace Will Not Notify Prospective Offerors Of Any Changes To The Solicitation; Offerors Must Monitor Piee And Sam For The Solicitation To Be Posted, And For Any Posted Changes Or Amendments.
the Only Interested Vendors / Plan Holders / Bidders List Is Available Through Sam.gov; Contractors Are Responsible For Identifying Their Entity As An Interested Vendor And Contacting Other Interested Vendors. Usace Spk Will Not Review Capabilities Statements Submitted In Response To This Synopsis Or Coordinate Partnering Arrangements Between Parties. Contractors Should Check Sam.gov Frequently For Changes To The Interested Vendors List And This Notice.
Closing Date2 May 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid March 06, 2025 1. The Dpwh Tacloban City District Engineering Office, New Bus Terminal, Brgy. Abucay, Tacloban City, Through Gaa 2025 Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Declared Non-complying/failed. 2. The Dpwh Tacloban City District Engineering Office, New Bus Terminal, Brgy. Abucay, Tacloban City Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Contract Id No.: 25im0068 Contract Name: Construction Of Multi-purpose Building Location Of The Contract: Barangay 62-b, Tacloban City Brief Description: 2 Storey Building Approved Budget For The Contract (abc) : P 4,948,650.98 Contract Duration: 110 C.d. Cost Of Bidding Documents: P 5,000.00 2. Contract Id No.: 25im0069 Contract Name: Rehabilitation Of Road Location Of The Contract: Barangay 69, Tacloban City Brief Description: Road Length- 0.941 Lane Km. Approved Budget For The Contract (abc): P 4,898,525.56 Contract Duration: 73 C.d. Cost Of Bidding Documents: P 5,000.00 3. Contract Id No.: 25im0070 Contract Name: Rehabilitation Of Road With Drainage Structure Location Of The Contract: Barangay 87 San Jose, Tacloban City Brief Description: Road Length-0.70 Lane Km., Drainage Length-147.65 Ln.m Approved Budget For The Contract (abc): P 4,898,560.35 Contract Duration: 80 C.d. Cost Of Bidding Documents: P5,000.00 4. Contract Id No.: 25im0071 Contract Name : Installation Of Solar Street Lights Along Access Road To The New Passenger Terminal Building Location Of The Contract: Daniel Z. Romualdez, San Jose, Tacloban City, Leyte Brief Description: Number Of Units-75 Pcs Approved Budget For The Contract (abc): P 13,716,473.81 Contract Duration: 64 C.d. Cost Of Bidding Documents: P 25,000.00 5. Contract Id No. : 25im0072 Contract Name: Rehabilitation Of Road Location Of The Contract: Barangay 91, Tacloban City Brief Description: Length-0.881 Lane Km. Approved Budget For The Contract (abc): P 4,896,422.95 Contract Duration: 72 C.d. Cost Of Bidding Documents: P 5,000.00 3. Prospective Bidders For Projects 1 Should Be Registered And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building And Industrial Plant, Projects 2, 3, 4 And 5 Should Be Registered And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Road, Highway Pavement And Railways, Airport Horizontal Structures And Bridges. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 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 Prs During Working Weekdays From 8:00 Am To 5:00 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 Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. Contractors/applicant Who Wish To Participate In This Bidding Are Required To Register With The Dpwh Contract Profile Eligibility Process (cpep) For Class “a” Documents And Subject To Further Postqualification. Information On Registration Can Be Obtained At The Dpwh Website Www.dpwh.gov.ph. 5. Interested Bidders May Obtain Further Information From Dpwh Tacloban City District Engineering Office, New Bus Terminal Brgy. Abucay, Tacloban City, At The Given Address From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidders Can Make Payments For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Procurement Activity D A T E / T I M E 1. Publication/issuance Of Bidding Documents March 06, 2025 – March 26, 2025 2. Pre-bid Conference March 14, 2025 @ 9:00 A.m. 3. Deadline : Receipts/submission Of Bids March 26, 2025 @ 9:00 A.m. 4. Opening Of Bids March 26, 2025 Not Earlier @ 9:00 A.m. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Electronic Procurement System (philgeps), And The Website Of The Procuring Entity (www.dpwh.gov.ph.), Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh Tacloban City District Engineering Office, New Bus Terminal, Brgy. Abucay, Tacloban City Which Shall Be Opened To All Interested Parties. 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 Given Address For Manual Submission Or At Electronicbids_taclobancity@dpwh.gov.ph For Electronic Submission On Or Before March 26, 2025 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. 11. Bid Opening Shall Be On March 26, 2025 @ 9:00 A.m. At Bac Office, Dpwh Tacloban City District Engineering Office, New Bus Terminal, Brgy. Abucay, Tacloban City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Given Address. Late Bids Shall Not Be Accepted. 12. The Tacloban City 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. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To: The Bac Secretariat Dpwh Tacloban City District Engineering Office New Bus Terminal, Brgy. Abucay, Tacloban City Approved: (sgd) Reynaldo B. De Guzman Bac Chairperson Noted: (sgd) Rebecca G. Yuse District Engineer Dates Of Publication: March 06, 2025 Philgeps : March 06, 2025
Closing Date26 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways La Union 2nd District Engineering Office San Joaquin Sur, Agoo, La Union, Region I Invitation To Bid For 24af0254, Road Improvement At Brgy. Poblacion, Tubao, La Union (phase I) 1. The Department Of Public Works And Highways La Union Second District Engineering Office, Through The Fy 2024 Unprogrammed Appropriations Intends To Apply The Sum Of Php 144,749,945.84 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Road Improvement At Brgy. Poblacion, Tubao, La Union (phase I) With Contract Id: 24af0254. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways La Union Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No.: 24af0254 Name Of Contract: Road Improvement At Brgy. Poblacion, Tubao, La Union (phase I) Locations: Tubao, La Union Scope Of Works: Construction Of Road 2.00km (4.00 Lane Km) Drainage Canal (4000 Lineal Meter) Approved Budget Of The Contract: Php 144,749,945.84 Contract Duration: 301 Cd 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. To Be Eligible To Bid For These Contracts, A Contractor Must Meet The Following Major Requirements: A) Filipino Citizen Or 75% Filipino-owned With Pcab License For Size Range Medium A, B) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And C) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post- Qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post Qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways La Union Second District Engineering Office And Inspect The Bidding Documents At Dpwh-lusdeo San Joaquin Sur, Agoo, La Union During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 06 - 26, 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 Php 50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways La Union Second District Engineering Office Will Hold A Pre-bid Conference On March 13, 2025 10:00 A.m. At 2nd Floor, Conference Room Of Dpwh-lusdeo, San Joaquin Sur, Agoo, La Union And/or Through Video Conferencing, 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_launion2@dpwh.gov.ph For Electronic Submission On Or Before March 26, 2025 @ 10:00am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On March 26, 2025, 10:01 Am At 2nd Floor, Conference Room Of Dpwh-lusdeo, San Joaquin Sur, Agoo, La Union And/or Through Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highways La Union Second 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 35.6 And 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: Mario L. Laroya Nestor D. Sibayan Bac Chairperson Head, Procurement Unit/bac Secretariat Dpwh Lusdeo, San Joaquin Sur, Agoo, Lu Dpwh Lusdeo, San Joaquin Sur, Agoo, Lu (072) 609-1716/1070 (072) 609-1716/1070 Dpwh_2ndlued@yahoo.com Sibayan.nestor@dpwh.gov.ph 15. You May Also Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_launion2@dpwh.gov.ph Approved By: Mario L. Laroya Bac Chairperson Date Of Publication: March 06 - 12, 2025
Closing Date26 Mar 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
Directorate Of Technical Education - DTE Tender
Goods
Machinery and Tools
Bangladesh
Description: Kpik/24-25/05 Supply Of Raw Materials For Mechanical, Civil, Construction, Aidt Lab
Closing Date20 Mar 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways La Union 2nd District Engineering Office San Joaquin Sur, Agoo, La Union, Region I Invitation To Bid For 24af0253, Construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Flood Control Structures Along Bauang River Basin, Naguilian, La Union, Package 30 1. The Department Of Public Works And Highways La Union Second District Engineering Office, Through The Fy 2024 Unprogrammed Appropriations Intends To Apply The Sum Of Php 96,499,069.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Flood Control Structures Along Bauang River Basin, Naguilian, La Union, Package 30 With Contract Id: 24af0253. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways La Union Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No.: 24af0253 Name Of Contract: Construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Flood Control Structures Along Bauang River Basin, Naguilian, La Union, Package 30 Locations: Naguilian, La Union Scope Of Works: Construction Of Flood Control Structures Approved Budget Of The Contract: Php 96,499,069.00 Contract Duration: 275 Cd 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. To Be Eligible To Bid For These Contracts, A Contractor Must Meet The Following Major Requirements: A) Filipino Citizen Or 75% Filipino-owned With Pcab License For Size Range Medium A, B) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And C) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post- Qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post Qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways La Union Second District Engineering Office And Inspect The Bidding Documents At Dpwh-lusdeo San Joaquin Sur, Agoo, La Union During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 06 - 26, 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 Php 50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways La Union Second District Engineering Office Will Hold A Pre-bid Conference On March 13, 2025, 10:00 A.m. At 2nd Floor, Conference Room Of Dpwh-lusdeo, San Joaquin Sur, Agoo, La Union And/or Through Video Conferencing, 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_launion2@dpwh.gov.ph For Electronic Submission On Or Before March 26, 2025 @ 10:00am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On March 26, 2025, 10:01 Am At 2nd Floor, Conference Room Of Dpwh-lusdeo, San Joaquin Sur, Agoo, La Union And/or Through Video Conferencing. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highways La Union Second 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 35.6 And 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: Mario L. Laroya Nestor D. Sibayan Bac Chairperson Head, Procurement Unit/bac Secretariat Dpwh Lusdeo, San Joaquin Sur, Agoo, Lu Dpwh Lusdeo, San Joaquin Sur, Agoo, Lu (072) 609-1716/1070 (072) 609-1716/1070 Dpwh_2ndlued@yahoo.com Sibayan.nestor@dpwh.gov.ph 15. You May Also Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_launion2@dpwh.gov.ph Approved By: Mario L. Laroya Bac Chairperson Date Of Publication: March 06 - 12, 2025
Closing Date26 Mar 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Department Of Public Works And Highways Tender
Electrical and Electronics...+2Solar Installation and Products, Electrical Works
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas 2nd District Engineering Office Batangas City, Batangas, Region Iv-a Invitation To Bid For Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Streetlights Along Batangas Port Diversion Road, Batangas City, Batangas 1. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office, Through Gaa Fy 2025, Intends To Apply The Sum Of Ninety Six Million Five Hundred Thousand Pesos Only (php 96,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25de0132 – Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Streetlights Along Batangas Port Diversion Road, Batangas City, Batangas. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Batangas Ii District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25de0132 Contract Name : Convergence And Special Support Program, Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239, Installation Of Streetlights Along Batangas Port Diversion Road, Batangas City, Batangas Location : Batangas City, Batangas Scope Of Work : Installation Of Solar Lighting Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 249 Calendar Days Prospective Bidders Should Be One (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least B For Medium A. 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 (r.a. 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 Inspect The Bidding Documents And Obtain Further Information From The Procurement Unit Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 6, 2025 To March 24, 2025, 8:00 A.m. To 5:00 P.m. And March 25, 2025 Before 10:00 A.m. From The Office Of The Bac Secretariat Head And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (p 50,000.00). 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. 6. The Dpwh Batangas Ii District Engineering Office Will Hold A Pre-bid Conference On March 13, 2025, 9:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City, Which Shall Be Open To Prospective Bidders. Interested Bidders May Also Participate In The Pre-bid Conference, Which Will Be Streamed Live Through The Procuring Entity’s Official Youtube Channel, Dpwh Batangas 2nd Deo – Bac (https://m.youtube.com/@dpwh.batangas2deo). 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 Bid Data Sheet (bds). 7. Bids Must Be Duly Received By The Bac Secretariat At The Address On Item No. 13 For Manual Submission Or At Electronicbids_batangas2@dpwh.gov.ph For Electronic Submission On Or Before March 25, 2025, 10:00 A.m. 8. All Prospective Bidders Must Present One (1) Company Id And One (1) Valid Government Issued Id At The Entrance Of The Office Premises. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On March 25, 2025, 10:00 A.m. At The Conference Room, 2nd Floor Of Dpwh Batangas Ii District Engineering Office, Kumintang Ilaya, Batangas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address At Item No. 13. Late Bids Shall Not Be Accepted. 11. 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 Section 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. 12. The Dpwh Batangas Ii District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Bac Chairperson: Eriza B. Zaraspe Chief, Construction Section Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com Bac Secretariat Head: Michael Jerome I. Caponpon Officer-in-charge, Head, Procurement Unit Address: Dpwh Batangas Ii Deo, Kumintang Ilaya, Batangas City Telephone No.: Email Address: (043) 402-2907 (043) 402-2908 Dpwhbatangas2@gmail.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_batangas2@dpwh.gov.ph. March 6, 2025 Approved By: Eriza B. Zaraspe Chief, Construction Section Bac Chairperson
Closing Date25 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
City Of Cape Town Tender
Electrical Cables And Wires...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gj12500640 Title Cable Cu Flat Twin Earth 2.5mm² Pvc Description 1,200 Meter X Cable Cu Flat Twin Earth 2.5mm² Pvc Specification* Cable - Material Copper Cable Type Flat Twin Earth Conductor Cross-section Area 2.5mm² Outer-sheath Material Pvc Outer-sheath Colour White Voltage Rating 300/500v Length 100m Core Identification 2 Cores (red And Black) Cable Description Coper Conductor To Sans 1411-1, Pvc Insulated To Sans 1411-2, Laid Up With A Bare Copper Earth-continuity Conductor Between Them, Pvc Sheathed To Sans 1411-2 Specification Sans 1507-2 Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/05/05 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address13 Melck Street, Ndabeni Contact Personthembani Geza Telephone Number0214449986 Cell Number Closing Date2025/03/07 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresssherani.basson@capetown.gov.za Buyer Detailss. Basson Buyer Phone0214009321 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Soon7 Mar 2025
Tender AmountRefer Documents
51-60 of 10000 active Tenders