Civil Tenders

Civil Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Construction Of By-pass And Diversion Roads – Construction Of Muti - Buenavista Bypass Road Package 3, Zamboanga City 1. The Dpwh Regional Office Ix Through The Gop Cy 2024 Intends To Apply The Sum Of Php154,400,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24j00301. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Regional Office Ix Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of By-pass And Diversion Roads – Construction Of Muti - Buenavista Bypass Road Package 3, Zamboanga City Contract Id No. : 24j00301 Locations : Zamboanga City Scope Of Works : Construction Of By-pass And Diversion Roads Approved Budget For The Contract : Php154,400,000.00 Contract Duration : 240 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of A For General Engineering. 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 Ix And Inspect The Bidding Documents At Veterans Avenue Extension, Tetuan, Zamboanga City 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 10, 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 ₱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 Dpwh Regional Office Ix Will Hold A Pre-bid Conference On January 17, 2025 (2:00pm) At Dpwh Conference Room, Veterans Avenue Extension, Tetuan, Zamboanga 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_r9@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 At 10:00am. 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 30, 2025 At 10:00am At Dpwh Conference Room, Veterans Avenue Extension, Tetuan, Zamboanga 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 Dpwh Regional Office Ix 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: Jasmen J. Pablo, Mpa Engineer Iii Acting Head, Procurement Unit 062-975-6739 Pablo.jasmen@dpwh.gov.ph
Closing Soon20 Feb 2025
Tender AmountPHP 154.4 Million (USD 2.6 Million)

National Irrigation Administration Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zds Imo Projects (cluster 1) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-egpipcluster12025-026 (infra) Project Name : Zamboanga Del Sur Imo Projects Contract Location : Zamboanga Del Sur Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System (cluster 1) Approved Budget For The Contract (abc) : Php 141,525,729.76 Contract Duration : 240 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : January 29 – February 19, 2025 At 8:30 Am Pre-bid Conference : February 7, 2025 At 9:00 Am Submission Of Bids : February 19, 2025 At 8:30 Am Opening Of Bids : February 19, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting January 29 – February 19, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 07 February 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 19 February 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/toc-iivk-vxj Opening Of Bids : Https://meet.google.com/mye-pird-zdw 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “medium B” Category: “a”, Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works). Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 9 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 9 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 9 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Compressor 160 Cfm 3 Generator Set 15kva 3 Water Pump (for Pump Testing) 15hp 3 Dump Truck 10 Cu.m. 3 Dump Truck 4 Cu.m. 3 Welding Machine 300a 9 Concrete Mixer 1-bagger 3 Concrete Vibrator 5hp 3 Butt Fusion Machine Up To 2” Diameter 3 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Dump Truck 10 Cu.m. 3 Dump Truck 4 Cu.m. 3 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Closing Soon19 Feb 2025
Tender AmountPHP 141.5 Million (USD 2.4 Million)

National Irrigation Administration Tender

Civil And Construction...+3Electrical and Electronics, Solar Installation and Products, Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zdn Rso Projects (cluster 4) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-epa-egpipcluster42025-029 (infra) Project Name : Zamboanga Del Norte Rso Projects Contract Location : Zamboanga Del Norte Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System (cluster 4) Approved Budget For The Contract (abc) : Php 95,715,591.60 Contract Duration : 150 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting An Early Procurement Activity (epa) On Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : January 29 – February 19, 2025 At 8:30 Am Pre-bid Conference : February 7, 2025 At 9:00 Am Submission Of Bids : February 19, 2025 At 8:30 Am Opening Of Bids : February 19, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting January 29 – February 19, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. 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 Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 07 February 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 19 February 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/toc-iivk-vxj Opening Of Bids : Https://meet.google.com/mye-pird-zdw 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Size Range “medium A” Category: “b”, Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works). Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 6 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 6 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 6 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Compressor 160 Cfm 6 Generator Set 15kva 6 Water Pump (for Pump Testing) 15hp 3 Dump Truck 10 Cu.m. 6 Dump Truck 4 Cu.m. 6 Welding Machine 300a 6 Concrete Mixer 1-bagger 6 Concrete Vibrator 5hp 6 Butt Fusion Machine Up To 2” Diameter 3 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Dump Truck 10 Cu.m. 6 Dump Truck 4 Cu.m. 6 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Closing Soon19 Feb 2025
Tender AmountPHP 95.7 Million (USD 1.6 Million)

Province Of Misamis Oriental Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Re-invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Four Million One Hundred Forty Thousand Nine Hundred Eighty Nine And 85/100 (php 4,140,989.85) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Water System Tugasnon, Alubijid, Misamis Oriental, Under Purchase No. 0014-25 Dated December 23, 2024. Description Of Works 1. Other General Requirements B.3 Permits And Clearances B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Ll. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Drilling Works 800(2) Clearing And Grubbing 1201(1) Water Pumping System Part B. Construction Of Pumphouse 1724(16) Pump House And Accessories Part C. Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [february 13, 2025 To February 19, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And 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]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 20, 2025;10:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 20, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Soon20 Feb 2025
Tender AmountPHP 4.1 Million (USD 71.5 K)

Province Of Misamis Oriental Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Re-invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Three Million Sixty Four Thousand Two Hundred Sixty Two And 90/100 (php 3,064,262.90) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Water System Brgy. Kibaghot, Laguindingan, Misamis Oriental, Under Purchase No. 0001-25 Dated June 28, 2024. Description Of Works 1. Other General Requirements B.3 Permits And Clearances B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Ll. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Drilling Works 800(2) Clearing And Grubbing 1201(1) Water Pumping System Part B. Construction Of Pumphouse 1724(16) Pump House And Accessories Part C. Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 105 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [february 13, 2025 To February 19, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And 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]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 20, 2025;10:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 20, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Soon20 Feb 2025
Tender AmountPHP 3 Million (USD 52.9 K)

Dairy Development Department Tender

Services
Manpower Supply
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Manpower Outsourcing Services - Fixed Remuneration - Others; DAIRY TECHNICIAN AND PLANT TECH CUM DAIRY OPERATOR AND BOILER ASSISTANT AND OPERATOR; Diploma , Manpower Outsourcing Services - Fixed Remuneration - Others; MILK PROCUREMENT SUPERVISOR AND EXTENTION WORKER AND SALES SUPERVISOR AND SUPERVISORFIELD SUPERVISOR; Graduate , Manpower Outsourcing Services - Fixed Remuneration - Others; MP ASSISTANT AND IT STAFF AND OFFICE ASSISTANT GRADE 1; Graduate , Manpower Outsourcing Services - Fixed Remuneration - Others; CLASS IV SEMI SKILLED AND HELPER; High School , Manpower Outsourcing Services - Fixed Remuneration - Others; ASSITANT EXECUTIVE; Post Graduate , Manpower Outsourcing Services - Fixed Remuneration - Others; ENGINEER IN INSTRUMENTATION OR CIVIL OR MECHENICAL OR ELECTRICAL AND JE IN CIVIL OR MECHENICAL OR ELECTRICAL OR DEPUTY MANAGER P AND I AND MANAGER GRADE IV FO AND ASSISTANT MANAGER PROCUREM.. , Manpower Outsourcing Services - Fixed Remuneration - Others; SENIOR EXECUTIVE IT OR MANAGER FO; Post Graduate , Manpower Outsourcing Services - Fixed Remuneration - Others; IT HEAD; Graduate , Manpower Outsourcing Services - Fixed Remuneration - Others; CHIEF MANAGER OR SECRETARY; Post Graduate , Manpower Outsourcing Services - Fixed Remuneration - Others; GENERAL MANAGER OR SECRETARY OR UNIT INCHARGE OR MANAGER GRADE III; Graduate , Manpower Outsourcing Services - Fixed Remuneration - Others; EXECUTIVE IT OR PRODUCTION OR HR AND ADMIN OR MATERIAL MANAGEMENT OR CHILLING PLANT SUPERVISOR OR NODEL PROJECT ENGINEER; Post Graduate , Manpower Outsourcing Services - Fixed Remuneration - Others; SENIOR MANAGER OR SECRETARY OR MANAGER GRADEI FO OR UNIT INCHARGE MANAGER GRADE IV; Post Graduate
Closing Soon22 Feb 2025
Tender AmountINR 104.6 Million (USD 1.2 Million)

Cargotor Sp Z O O Tender

Works
Others
Poland
Description: Poland – Works For Complete Or Part Construction And Civil Engineering Work – Wybór Wykonawcy Projektu Pn. Modernizacja Infrastruktury Kolejowej W Rejonie Przeładunkowym Małaszewicze Na Granicy Ue Z Białorusią.
Closing Date14 Nov 2025
Tender AmountRefer Documents 

Province Of Misamis Oriental Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Re-invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Two Million Seven Hundred Sixty Four Thousand Four Hundred Fifty Three And 83/100 (php 2,764,453.83) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Water System, Moog, Laguindingan, Misamis Oriental, Under Purchase No. 0003-25 Dated December 26, 2025. Description Of Works Part 1. Other General Requirements B.3 Permits And Clearances B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Ll. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Drilling Works 800(2) Clearing And Grubbing 1201(1) Water Pumping System Part B. Construction Of Pumphouse 1724(16) Pump House And Accessories Part C. Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 96 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [february 13, 2025 To February 19, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And 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]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 20, 2025;10:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 20, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Soon20 Feb 2025
Tender AmountPHP 2.7 Million (USD 47.7 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid Ib-cw-020-2025 For 25lb0028 - Construction Of Multi-building (covered Court). Rosalina 3, Phase 2, Talomo District, Davao City The Department Of Public Works And Highway Davao City District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php. 9,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lb0028 - Construction Of Multi-building (covered Court). Rosalina 3, Phase 2, Talomo District, Davao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways Davao City District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Conttract Id : 25lb0028 Contract Name : Construction Of Multi-building (covered Court). Rosalina 3, Phase 2, Talomo District, Davao City Location : Davao City Scope Of Work : Earthwork, Reinforced Concrete, Finishings And Other Civil Works And Electrical Approved Budget For The Contract (abc) 9,900,000.00 Contract Duration : 150 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). 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Driv E, 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 4:00pm Or At The Dpwh Website. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao City District Engineering Office And Inspect The Bidding Documents At Procurement Office, 4th Floor, Dpwh Davao City Deo During Weekdays From 8:00 Am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09, 2025-january 30, 2025 Until 9:45 A.m. From Given 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. 10,000.00. 6. 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. 7. The Department Of Public Works And Highways Davao City District Engineering Office Will Hold A Pre-bid Conference On January 16, 2025 At 10:00 A.m. At The Procurement Unit, Dpwh Dcdeo And/or Through Videoconferencing/ Via Youtube Livestreaming Of The Official Page Dpwh Davao City 1st Deo Procurement Ls Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 22. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative And Presentation Of Two (2) Valid Identification Issued By Government Institution. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaocity@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 At 10:00 A.m. Bids Received Beyond The Specified Time Shall Be Marked As “late Bid” And Shall No Longer Be Opened. 10. 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 30, 2025 Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 3rd Floor, Dpwh Davao City Deo And Via Youtube Livestreaming Of The Official Page Dpwh Davao City 1st Deo Procurement Ls Or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 12. The Department Of Public Works And Highways (davao City District Engineering Office) Thru Bids And Awards 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 The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Dwight Vincent J. Fernandez Head, Procurement Unit Dpwh Davao City District Engineering Office L. Ma. Guerrero St., Davao City Telephone: (082) 226 – 4775 Email : Fernandez.dwight_vincent@dpwh.gov.ph Sgd Emilio P. Sucaldito, Jr. Bac Chairman Dpwh Davao City District Engineering Office L. Ma. Guerrero St., Davao City Bac.dpwhdcdeo@gmail.com Date Of Posting January 09, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao City Deo Compound Dpwh-infr-04-2016 Page 2 Of 2
Closing Soon18 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Mindoro Oriental District Engineering Office Masipit, Calapan City, Oriental Mindoro, Mimaropa Region (iv-b) January 8, 2025 Invitation To Bid For The Following Projects: (gaa Fy 2025 Projects) 1. 25ed0122 – Preventive Maintenance Along Calapan South Rd (s00007mr) – K0044+575 – K0045+198, Oriental Mindoro 2. 25ed0123 - Preventive Maintenance Along Calapan South Road – K0062+000 – K0063+015, Oriental Mindoro 3. 25ed0124 – Preventive Maintenance Along Calapan South Road K0042+198 – K0042+908, Oriental Mindoro 4. 25ed0125 - Preventive Maintenance Along Calapan South Road K0050+765 – K0052+246, Oriental Mindoro 5. 25ed0126 - Preventive Maintenance Along Calapan South Road K0052+246 – K0053+511, Oriental Mindoro 6. 25ed0127 - Preventive Maintenance Along Calapan South Road K0061+129 – K0062+000, Oriental Mindoro 7. 25ed0128 - Retrofitting/strengthening Of Bucayao Bridge, Calapan, Oriental Mindoro 8. 25ed0129 - Retrofitting/strengthening Of Pula Bridge, Pula, Socorro, Oriental Mindoro 9. 25ed0130 - Retrofitting/strengthening Of Nagpantay Bridge, San Rafael, San Teodoro, Oriental Mindoro 10. 25ed0131 - Retrofitting/strengthening Of Canubing Bridge, Calapan City, Oriental Mindoro 11. 25ed0132 - Installation Of Street Lights Along Calapan North Road K0007+000 – K0019+800, Baco – San Teodoro, Oriental Mindoro 12. 25ed0133 - Rehabilitation Of Road Along Barangay Burbuli, Baco, Oriental Mindoro 13. 25ed0134 - Rehabilitation Of Brgy. Leuteboro I – Brgy. Matungao Road, Socorro, Oriental Mindoro 14. 25ed0135 - Rehabilitation Of Brgy. Maluanluan – Brgy. Malibago Road, Pola, Oriental Mindoro 15. 25ed0136 - Preventive Maintenance Along Calapan South Road K0057+226 – K0058+100, Oriental Mindoro 16. 25ed0137 - Preventive Maintenance Along Calapan North Road K0059+132 – K0060+000, Oriental Mindoro 17. 25ed0138 - Preventive Maintenance Along Calapan South Road K0026+000 – K0027+000, Oriental Mindoro 18. 25ed0139 - Preventive Maintenance Along Calapan North Rd – K0039+197 – K0041+633, K0041+901 – K0042+000, Oriental Mindoro 19. 25ed0140 - Construction Of Multi Purpose Building At Barangay Santiago, Naujan, Oriental Mindoro 1. The Department Of Public Works And Highways – Mindoro Oriental District Engineering Office, Through The Gaa 2025 Intends To Apply The Sums Below Of Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Contract I.d. No. Approved Budget For The Contract 25ed0122 Php 98,000,000.00 25ed0123 Php 107,800,000.00 25ed0124 Php 73,500,000.00 25ed0125 Php 88,200,000.00 25ed0126 Php 58,800,000.00 25ed0127 Php 73,500,000.00 25ed0128 Php 77,910,000.00 25ed0129 Php 43,610,000.00 25ed0130 Php 19,600,000.00 25ed0131 Php 24,990,000.00 25ed0132 Php 98,000,000.00 25ed0133 Php 98,000,000.00 25ed0134 Php 148,500,000.00 25ed0135 Php 148,500,000.00 25ed0136 Php 88,200,000.00 25ed0137 Php 49,000,000.00 25ed0138 Php 49,000,000.00 25ed0139 Php 73,500,000.00 25ed0140 Php 39,600,000.00 2. The Department Of Public Works And Highways – Mindoro Oriental District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 2.1 Contract I.d. No. : 25ed0122 Name Of Contract : Preventive Maintenance Along Calapan South Rd (s00007mr) – K0044+575 – K0045+198, Oriental Mindoro Location : Victoria – Socorro, Oriental Mindoro Scope Of Works : Asphalt Overlay Of 0.667km Of Concrete Road, 80mm Thick, With Varying Width, And Provision Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 164 C.d. 2.2 Contract I.d. No. : 25ed0123 Name Of Contract : Preventive Maintenance Along Calapan South Road – K0062+000 – K0063+015, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : Asphalt Overlay Of 1.024km Of Concrete Road, 80mm Thick, With Varying Width, And Provision Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 107,800,000.00 Contract Duration : 167 C.d. 2.3 Contract I.d. No. : 25ed0124 Name Of Contract : Preventive Maintenance Along Calapan South Road K0042+198 – K0042+908, Oriental Mindoro Location : Victoria, Oriental Mindoro Scope Of Works : Asphalt Overlay Of 0.710km Of Concrete Road, 80mm Thick, With Varying Width, And Provision Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 73,500,000.00 Contract Duration : 152 C.d. 2.4 Contract I.d. No. : 25ed0125 Name Of Contract : Preventive Maintenance Along Calapan South Road K0050+765 – K0052+246, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 1.841km Of Concrete Road, 80mm Thick, With Varying Width, And Provision Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 88,200,000.00 Contract Duration : 176 C.d. 2.5 Contract I.d. No. : 25ed0126 Name Of Contract : Preventive Maintenance Along Calapan South Road K0052+246 – K0053+511, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 1.205km Of Concrete Road, 80mm Thick, With Varying Width, And Provision Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 58,800,000.00 Contract Duration : 149 C.d. 2.6 Contract I.d. No. : 25ed0127 Name Of Contract : Preventive Maintenance Along Calapan South Road K0061+129 – K0062+000, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 0.88km Of Concrete Road, 80mm Thick, With Varying Width, And Provision Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 73,500,000.00 Contract Duration : 169 C.d. 2.7 Contract I.d. No. : 25ed0128 Name Of Contract : Retrofitting/strengthening Of Bucayao Bridge, Calapan, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Repair Of Bridge Using Carbon Fiber Sheets On Girder And Under Deckslab (3-layer) Approved Budget For The Contract : Php 77,910,000.00 Contract Duration : 360 C.d. 2.8 Contract I.d. No. : 25ed0129 Name Of Contract : Retrofitting/strengthening Of Pula Bridge, Pula, Socorro, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : Repair Of Bridge Using Carbon Fiber Sheets On Girder And Under Deckslab (3-layer) Approved Budget For The Contract : Php 43,610,000.00 Contract Duration : 173 C.d. 2.9 Contract I.d. No. : 25ed0130 Name Of Contract : Retrofitting/strengthening Of Nagpantay Bridge, San Rafael, San Teodoro, Oriental Mindoro Location : San Teodoro, Oriental Mindoro Scope Of Works : Repair Of Bridge Using Carbon Fiber Sheets On Girder And Under Deckslab (2-layer) Approved Budget For The Contract : Php 19,600,000.00 Contract Duration : 118 C.d. 2.10 Contract I.d. No. : 25ed0131 Name Of Contract : Retrofitting/strengthening Of Canubing Bridge, Calapan City, Oriental Mindoro Location : Calapan City, Oriental Mindoro Scope Of Works : Repair Of Bridge Using Carbon Fiber Sheets On Girder And Under Deckslab (3-layer) Approved Budget For The Contract : Php 24,990,000.00 Contract Duration : 111 C.d. 2.11 Contract I.d. No. : 25ed0132 Name Of Contract : Installation Of Street Lights Along Calapan North Road K0007+000 – K0019+800, Baco – San Teodoro, Oriental Mindoro Location : Baco – San Teodoro, Oriental Mindoro Scope Of Works : 1. Installation Of 490 Pcs. Solar Led Street Lights (both Sides & Staggered) Including Tapered Post, Base Plate And Pedestal With Foundation. Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 161 C.d. 2.12 Contract I.d. No. : 25ed0133 Name Of Contract : Rehabilitation Of Road Along Barangay Burbuli, Baco, Oriental Mindoro Location : Baco, Oriental Mindoro Scope Of Works : Asphalt Overlay Of 5.00km Of Concrete Road, 50mm Thick, With Pccp Width=5.00m, And Provision Of White Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 98,000,000.00 Contract Duration : 161 C.d. 2.13 Contract I.d. No. : 25ed0134 Name Of Contract : Rehabilitation Of Brgy. Leuteboro I – Brgy. Matungao Road, Socorro, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : Asphalt Overlay Of 7.60km Of Concrete Road, 50mm Thick, With Pccp Width=5.00m, And Provision Of White Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 148,500,000.00 Contract Duration : 192 C.d. 2.14 Contract I.d. No. : 25ed0135 Name Of Contract : Rehabilitation Of Brgy. Maluanluan – Brgy. Malibago Road, Pola, Oriental Mindoro Location : Pola, Oriental Mindoro Scope Of Works : Asphalt Overlay Of 7.60km Of Concrete Road, 50mm Thick, With Pccp Width=5.00m, And Provision Of White Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 148,500,000.00 Contract Duration : 192 C.d. 2.15 Contract I.d. No. : 25ed0136 Name Of Contract : Preventive Maintenance Along Calapan South Road K0057+226 – K0058+100, Oriental Mindoro Location : Socorro, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 854.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 88,200,000.00 Contract Duration : 156 C.d. 2.16 Contract I.d. No. : 25ed0137 Name Of Contract : Preventive Maintenance Along Calapan North Road K0059+132 – K0060+000, Oriental Mindoro Location : Puerto Galera, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 960.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 49,000,000.00 Contract Duration : 121 C.d. 2.17 Contract I.d. No. : 25ed0138 Name Of Contract : Preventive Maintenance Along Calapan South Road K0026+000 – K0027+000, Oriental Mindoro Location : Naujan, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 951.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 49,000,000.00 Contract Duration : 121 C.d. 2.18 Contract I.d. No. : 25ed0139 Name Of Contract : Preventive Maintenance Along Calapan North Rd – K0039+197 – K0041+633, K0041+901 – K0042+000, Oriental Mindoro Location : Puerto Galera, Oriental Mindoro Scope Of Works : 1. Asphalt Overlay Of 2,574.00 L.m. Of Concrete Road 80mm Thick. 2. Application Of Thermoplastic Pavement Markings. Approved Budget For The Contract : Php 73,500,000.00 Contract Duration : 149 C.d. 2.19 Contract I.d. No. : 25ed0140 Name Of Contract : Construction Of Multi Purpose Building At Barangay Santiago, Naujan, Oriental Mindoro Location : Naujan, Oriental Mindoro Scope Of Works : Construction Of Multi – Purpose Building Approved Budget For The Contract : Php 39,600,000.00 Contract Duration : 360 C.d. Bidders Should Have Completed A Contract Similar To The Project. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 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 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 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. In View Of The Full Implementation On Assigning Only Qualified And Competent Engineers Of The Contractors And Consultants In The Implementation Of Dpwh Projects, Please Be Reminded Of Department Order No. 98 S. 2016 “limits Of Assignment Of Contractors’/consultants’ Materials Engineers” And Department Order No. 118 S. 2024 “guideline On The Accreditation And Assignment Of Contractor’s And Consultants’ Project Engineers”. 4. In View Of The Full Implementation On The Processing And Approval Of Construction Safety And Health Program (cshp) For The Dpwh Infrastructure Projects, Please Be Reminded Of The Department Order No. 241 S. 2024 “guidelines On The Processing, Approval And Reporting System Of Construction Safety And Health Program (cshp) For Dpwh Infrastructure Projects”. 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). 6. Prospective Bidders May Obtain Further Information From The Department Of Public Works And Highways, Mindoro Oriental District Engineering Office And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8 – 28, 2025 From The 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 Following Amounts: Contract I.d. Number Amount 25ed0122 Php 50,000.00 25ed0123 Php 50,000.00 25ed0124 Php 50,000.00 25ed0125 Php 50,000.00 25ed0126 Php 50,000.00 25ed0127 Php 50,000.00 25ed0128 Php 50,000.00 25ed0129 Php 25,000.00 25ed0130 Php 25,000.00 25ed0131 Php 25,000.00 25ed0132 Php 50,000.00 25ed0133 Php 50,000.00 25ed0134 Php 50,000.00 25ed0135 Php 50,000.00 25ed0136 Php 50,000.00 25ed0137 Php 25,000.00 25ed0138 Php 25,000.00 25ed0139 Php 50,000.00 25ed0140 Php 25,000.00 8. 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 Thast 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, Mindoro Oriental District Engineering Office Will Hold A Pre-bid Conference On January 15, 2025 @ 9:30 A.m. At Bidding Room, Dpwh – Modeo, Masipit, Calapan City, Oriental Mindoro And/or Through Video Conferencing Or Webcasting Via Zoom 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_mindorooriental@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 12. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 13. Bid Opening Shall Be On January 28, 2025, Immediately After The Deadline For The Submission Of Bid At Bidding Room, Dpwh – Modeo, Masipit, Calapan City, Oriental Mindoro And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 14. The Department Of Public Works And Highways, Mindoro Oriental 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Engr. Errol R. Villan Department Of Public Works And Highways Mindoro Oriental District Engineering Office Masipit, Calapan City, Oriental Mindoro Villan.errol@dpwh.gov.ph (043) 288-9365 Albien M. Mahia Bac Chairperson
Closing Soon18 Feb 2025
Tender AmountPHP 73.5 Million (USD 1.2 Million)
9021-9030 of 10000 active Tenders