Civil Tenders
Civil Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 4.9 Million (USD 83.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Zamboanga Sibugay 1st District Engineering Office Regional Office Ix Diplahan, Zamboanga Sibugay Invitation To Bid (january 6, 2025) For 25ji0025 – Construction Of Road, Lanao-pagadian-zamboanga City Rd Leading To Dpwh Zamboanga Sibugay 1st District Engineering Office, Barangay Kauswagan, Diplahan, Zamboanga Sibugay 1. The Zamboanga Sibugay 1st District Engineering Office, Through The Fy 2025 Dpwh National Expenditure Program Intends To Apply The Sum Of Php 4,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ji0025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Zamboanga Sibugay 1st Deo Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road, Lanao-pagadian-zamboanga City Rd Leading To Dpwh Zamboanga Sibugay 1st District Engineering Office, Barangay Kauswagan, Diplahan, Zamboanga Sibugay Contract Id No. : 25ji0025 Location : Diplahan, Zamboanga Sibugay Scope Of Works : Construction Of Road Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 36 Calendar Days 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Roads, Highway Pavement And Railways, Airport Horizontal Structures And Bridges. 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. 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 Rlrr 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. 5. Interested Bidders May Obtain Further Information From The Zamboanga Sibugay 1st Deo And Inspect The Bidding Documents At Brgy. Kauswagan, Diplahan, Zamboanga Sibugay During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 From The Address Above 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. 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 Zamboanga Sibugay 1st Deo Will Hold A Pre-bid Conference On January 15,2025 10:00 Am At Conference Room, Zamboanga Sibugay 1st Deo, Diplahan, Zamboanga Sibugay, 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 Above For Manual Submission Or At Electronicbids_zamboangasibugay1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 28, 2025 10:00 Am At Conference Room, Zamboanga Sibugay 1st Deo, Diplahan, Zamboanga Sibugay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Will Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 12. The Zamboanga Sibugay 1st Deo 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: Irish A. Torino Designated Head, Procurement Unit 09171181951 Torino.irish@dpwh.gov.ph Melvar B. Baroy Chief, Maintenance Section Bac, Chairperson
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Building Construction
United States
Closing Soon12 Feb 2025
Tender AmountRefer Documents
Details: Page 11 Of 11
amendment 1 Revised Notice With Updated Selection Criteria And Date Extension.
this Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project # 463-25-101 Generator Physical Security Upgrades At The Alaska Va Healthcare System Outpatient Clinic Located At 1201 N Muldoon Rd, Anchorage, Ak 99504-6104. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract Approximately Early March 30, 2025. the Anticipated Period Of Performance For Completion Of Design Is 164 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $695,000.00 And $1,000,000.00. Please Note That The 164 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Melita Bernardo At Nco20aesf330@va.gov And Melita.bernardo@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications Form Is Available Online At: Http://www.cfm.va.gov/contract/ae.asp Or Https://www.gsa.gov/system/files/sf330-21.pdf the Sf 330 Submission Is Due By February 12, 2025, 3:00pm (pst). the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26025r0045 Project 463-25-101, General Physical Security Upgrades.
the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Melita.bernardo@va.gov With The Subject Line Sf 330 Questions - 36c26025r0045 Project 463-25-101 Generator Physical Security Upgrades. The Cutoff For Question Submission Is January 22, 2025, 3:00pm Pst. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Who Timely Submit Sf 330s In Response To This Announcement, And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. in Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit May Be Authorized During The Negotiation Process. an Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure.
a Resume For Each Of These Key Positions Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others:
architect (leed Certified) cadd Technician civil Engineer cost Estimator electrical Engineer environmental Engineer fire Protection Engineer geotechnical Engineer industrial Hygienist life Safety Engineer mechanical Engineer physical Security Specialists plumbing Engineer project Manager quality Assurance structural Engineer offer Must Include The Following Statement Of Sdvosb Compliance On The Cover Page When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H):
the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services For Demolishing And Regrading Corridor. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In These Areas: relocate The Exterior Bulk Storage Fuel Tank, And All Associated Piping And Appurtenances That Serves The Backup Generator, To A Location That Provides A Minimum Of 25 Ft Standoff Distance From The Service Drive. provide A Blast Resistant Screen Wall Or Barrier, To Protect The Relocated Bulk Storage Fuel Tank, Per The Va Physical Security & Resiliency Design Manual (2024, Pg 8-15). reconfigure The Backup Generator S Exterior Radiator So That It Does Not Collect Snow When It Is Not Running. Submissions Shall Include The Following Information For Example Projects: project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contract, Teaming Partner, Or Subcontractor. project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. services & Deliverables Provided Under The Contract Or Task Order. period Of Performance, Including Start And Completion Dates total Dollar Value Of The Project contract Number Associated With The Project. submissions Shall Include No More Than Five (5) And No Less Than Three (3) Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. two (2) Of The Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330: the Management S Approach. the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. the Narratives Should Clearly Illustrate How Each Of The Topics Were Addressed. Re-stating Or Reiterating This List Or The Scope Of Work In Section H Will Not Be Sufficient.
narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers May Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document Only. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted Separately To Nco20 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H), the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Anchorage, Ak. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criterion: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Alaska Va Healthcare System At 1201 N Muldoon Rd, Anchorage, Ak. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. see Attached Document: 463-25-101 Sow 10-8-2024.
see Attached Document: Ppq Nco 20 - Generator Security - Project No 463-25-101.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vii South Road Properties, Cebu City Invitation To Bid For 25h00062 - Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Bagasawe, Tuburan, Cebu 1. The Department Of Public Works And Highways Regional Office Vii, Through The Fy 2025 National Expenditure Program Intends To Apply The Sum Of Php4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Bagasawe, Tuburan, Cebu With Contract Id No. 25h00062. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vii Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Bagasawe, Tuburan, Cebu Contract Id No. : 25h00062 Locations : Tuburan, Cebu Scope Of Works : Construction Of Building Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 241 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Buildings And Industrial Plant For License Classification C & D. 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. 3.1 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. 3.2 As Provided In Section 25 Of The R-irr Of R.a. 9184, Bidders Shall Submit Their Bids Through Their Duly Authorized Representative. The Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa) Or If Not, There Must Be A Duly Signed Special Power Of Attorney (spa) Presented In Hard Copy And Soft Copy Of The Spa Must Also Be Emailed To Procurementro7@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Spa From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Regional Office Vii And Inspect The Bidding Documents At The Address Given Below 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 On January 07, 2025 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. 7. 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. 8. The Department Of Public Works And Highways Regional Office Vii Will Hold A Pre-bid Conference On January 15, 2025 At 10:00 A.m. At The Strategy Room Of Dpwh-regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. 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 Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r7@dpwh.gov.ph For Electronic Submission On Or Before January 27, 2025 At 10:00 A.m. Together With The Proof Of Purchase/receipt. 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 January 27, 2025 At 10:30 A.m., Strategy Room Of Dpwh Regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways Regional Office Vii 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: Engr. Odilon N. Andrino Head Procurement (032)4116752; (032)4116753 Email Address: Andrino.odilon@dpwh.gov.ph Or Procurementro7@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_r7@dpwh.gov.ph Jerry B. Evangelio Bac Chairman Contract Id No.: 25h00062 Dpwh And Philgeps Websites Posting: January 07 – January 14, 2025
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 48.2 Million (USD 825.2 K)
Details: Description Invitation To Bid For Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Of Sta. Lucia To Lambakin, Barangay. Sta. Lucia, San Miguel, Bulacan, Contract Id No. 25c00388 1. The Dpwh-regional Office Iii, Through The Fy 2025 Intends To Apply The Sum Of P48,249,545.29 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Of Sta. Lucia To Lambakin, Barangay. Sta. Lucia, San Miguel, Bulacan Contract Id No. : 25c00388 Locations : San Miguel, Bulacan Scope Of Works : Roads: Concreting (pccp) Approved Budget For The Contract : P48,249,545.29 Contract Duration : 150 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). 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 Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This 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 On January 07, 2025 – January 28, 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 P25,000.00 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 Dpwh-regional Office Iii Will Hold A Pre-bid Conference January 14, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On Youtube (www.youtube.com/@dpwh.ro.3), 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_r3@dpwh.gov.ph) For Electronic Submission From January 07, 2025, To January 28, 2025 Before 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 January 28, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (www.youtube.com/@dpwh.ro.3) Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii 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. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Engr. Arthur Q. Santos Chief, Planning And Design Division Bac – Chairman Date Of Issue: January 07, 2025
Qatar Energy Tender
Civil And Construction...+3Others, Energy, Oil and Gas, Civil Works Others
Qatar
Closing Date23 Feb 2025
Tender AmountRefer Documents
Details: The Scope Includes Supply Of Required Material, Equipment, Tools, Labor, Consumables, Supervision, Warehousing, Transportation And Other Works As Necessary To Complete The Worksite Engineering, Demolition, Fabrication, Installation / Construction, Inspection, Testing, Pre-commissioning And Commissioning Activities Related To Mechanical, Civil, Electrical And Instrumentation Jobs At Qatarenergy Refinery, Mesaieed.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 7.9 Million (USD 135.4 K)
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 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 At Barangay Balite, Calumpit, Bulacan Contract Id No. : 25cc0259 Locations : Calumpit, Bulacan Scope Of Works : Construction Of Two-storey Multi-purpose Building (7.00m X 9.00m), With Micro Piles Approved Budget For The Contract : P7,919,776.11 Contract Duration : 150 C.d. Amount Of Bidding Documents : Ten Thousand Pesos (p10,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7, 2025 To January 28, 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 Stated Above 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 Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On January 15, 2025 At 10:00 A.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 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_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 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 15. 11. Bid Opening Shall Be On January 28, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 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 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: January 7, 2025– January 28, 2025
8521-8530 of 9738 active Tenders