Civil Tenders
Civil Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330's Architect-engineer Qualification 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. 1. General Information: veterans Health Administration (vha) Program Contracting Activity Central (pcac) 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, Layouts, Specifications, Reports , Construction Cost Estimates, And Construction Period Services For Project # 549-215 Dallas Clc Bed Bath Compliance-minor Design Project Located At The Dallas Veterans Affairs Medical Center (vamc) Community Living Center (clc) Located At 4500 South Lancaster Rd Dallas Tx. The A-e Shall Provide Investigative And Feasibility Design Services, Schematic Design Drawings, Design Development Drawings, Construction Documents, Final Bid Documents, Specifications, Calculations, Cost Estimates, Narratives, Bidding Support Services, Solicitation Support Services, And Construction Period Services For All Facets Of Work And Disciplines/trades To Facilitate A Construction Project. the Dallas Vamc Is Soliciting Design Services To Expand Patient Bathrooms For Patient Privacy, Replace Roofing, Flooring, Ceiling, Windows, And Replacing Fire Doors. Currently, Patient Bedrooms In The Dallas Community Living Center (clc)-b Wing Share A Bathroom. Thus, The Central Intent Of This Design Project Shall Be To Provide The Necessary Completed Construction Documents In Order To Construct A Restroom For Each Patient Room For Privacy. Moreover, This Project Will Provide New Millwork, Finishes, Updated Lighting And Sinks In The Patient Bedrooms. Overall, The Construction Project Shall Expand The Clc By 3,300 Sq Ft And Renovate 20,000 Sq Ft. Additionally, This Project Shall Bring Hvac Standards Up To New Pandemic Readiness Criteria. The Design Must Comply With The Small House (sh) Model Design Guide Https://www.cfm.va.gov/til/dguide.asp, And Requirements Included In The Va Til. Finally, The Finishes Used In This Project Shall Be Selected By Va And Provided By The Contractor. the A-e Services Design-bid-build 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 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. 2. 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 Award Is Projected To Be Made In Early 4th Quarter Fy 2025. The Anticipated Period Of Performance For Completion Of Design Is 235 Calendar Days After Notice Of Award (noa). The Estimated Cost Of Construction For This Project Is $6,837,600.00. Please Note That The 235-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. A Notice To Proceed (ntp) Is Only Applicable To A Construction Project, Not A Design. 3. A-e Selection Process: firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein 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 And Secondary (if Necessary) Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Requirement. In Accordance With Far 36.602-3(c), At Least Three (3) Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In 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, As Soon As 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 The Most Highly Qualified Firms In The Form Determined To Be Most Advantageous And Economical By The Contracting Officer. For This Project, This Will Be In The Form Of Written Responses. The Form Of Discussions Will Be The Same For All Firms. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked For Selection Based On The Selection Criteria Outlined In This Announcement. 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 If Applicable. the Firm Shall Complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As An Attachment And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation And The Firm Will Be Removed From The Competition. 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 Will Be Authorized For The Highest Rated Firm During The Negotiation Process. An Award Is Intended To Be Made To The Most Highly Qualified Firm As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Price And The Firm Is Found Suitable During The Responsibility Determination. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated In Accordance With Far 36.606. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made. 4. Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The 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. 1. Professional Qualifications (sections C Through E) Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate That They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In The State Of Their Home Office And Where The Work Is Being Performed. Please Provide Professional License Numbers And/or Proof Of Licensure. This Criterion Is Primarily Concerned With The Qualifications Of The Key Personnel And Not The Number Of Personnel. The Lead Designer In Each Discipline Must Be Registered In Accordance With Far 52.236-25. The Board Will Evaluate Resumes For All Proposed Key Personnel. 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-the Va Will Accept A Minimum Of Seven (7) Years) Of Personnel Proposed For Assignment To The Project, And Their Record Of Teaming Arrangements When Evaluating Professional Qualifications. In Order For A Firm Or Individual To Be Permitted By Law To Practice The Profession Of Architecture Or Engineering, It Must Be Licensed By The State In Which It Is Practicing, And A Registered Professional In The State In Which It Is Practicing. Key Positions And Disciplines Required For This Project Include: A) Architect (leed Certification/us Green Build Council Certification) B) Registered Communications Distribution Designer (rcdd) C) Cost Estimator D) Civil Engineer E) Electrical Engineer F) Environmental Engineer G) Fire Protection Engineer H) Industrial Hygienist I) Mechanical Engineer J) Plumbing Engineer K) Project Manager L) Quality Assurance Manager M) Structural Engineer N) Physical Security Specialists O) Commissioning Agent P) Designer/cadd Tech Q) Specification Writer resumes Should: be Limited To Two Pages. cite Project Experience Similar In Size, Scope, And Complexity To The Project Statement Of Work (sow). indicate Proposed Role In This Contract the Government Will Consider 1-2 Additional Pages If There Are Specifics Related To The Technical Qualifications Pertinent For Successful Completion Of This Requirement. the Offeror Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority], Of [company Name] Certify That The Team Proposed To Perform Under This Requirement Demonstrates The Capability Of 50% Sdvosb Performance In Compliance Of 48 Cfr 852.219-10. The Information Provided In Sections C Through E Of Sf 330 Will Be Used To Evaluate This Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. 2.specialized Experience (sections F, G, & H) The Evaluation Will Consider The Specialized Experience On Similar Projects As Well As The Technical Capabilities Of The Prime Firm And Any Subcontractors. The Teb Will Evaluate The Effectiveness Of The Proposed Project Team (including Management Structure, Coordination Of Disciplines, Offices And/or Subcontractors, And Prior Working Relationships). The Project Team Members Prior Experience With Each Other, As Well As Their Experience In Projects That Are Similar In Size, Scope, And Complexity. Offeror Must Provide Five (5) Projects, Completed, Or Substantially Completed Within The Past Five (5) Years, That Best Illustrate Specialized Experience Related To This Project Scope, Such As Medical Facilities, Community Living Centers, Nursing And Patient Care Centers, Hospice Care Facilities, And Other Related Projects. Submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And/or Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competencies Stated Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past 5 (five) Years. Each Project Shall Include The Following: Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror By Demonstrating Their Role In The Project For E.g. Listing Themselves As The Prime Contractor, Teaming Partner, Or Subcontractor. Project Owner, Owner S Point Of Contact Including Telephone Number And Email Address. Services & Deliverables Provided Under The Contract/task Order. Period Of Performance, Including Start And Completion Dates Total Dollar Value Of The Project Contract Number Associated With The Project. Section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects. The Evaluation Will Also Consider Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated. The Management Approach The Coordination Of Disciplines And Subcontractors Quality Control Procedures, And Familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. 3.capacity (section H) To Accomplish The Work In The Required Time. The Evaluation Will Consider A Firm S Experience With Projects Of Similar Size, Scope, And Complexity And The Available Capacity Of Key Disciplines When Evaluating The Capacity Of A Firm To Perform The Work Within The Required Time. Specifically, The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project. The Board Will Consider The Full Potential Value Of Current A/e Contracts That A Firm Has Been Awarded When Evaluating Capacity. The Offeror Should Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. Also, The Offeror Must Provide An Active Project List With Completion Percentages And Expected Completion Dates. The Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. 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. 4.past Performance On Contracts With Government Agencies And/or Private Industry. Past Performance Will Be Evaluated For All Projects Provided In Section F. The Evaluation Will Consider The A-e S Past Performance With Government Agencies And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction. The Past Performance Will Be Evaluated For All Projects Provided In Section F To Include A Review Of Contractor Performance Assessment Rating System (cpars) And/or Past Performance Questionnaire (ppq) If There Is No Cpars Data Available. The Following Information Is Required For Each Project Noted In Section F: 1. Contract/task Order Number. 2. Project Title 3. Prime Firm Name 4. Start Date. 5. Completion Date 6. Cpars Or Ppq Attached For The Project. Evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. Evaluations Will Consider Performance Ratings On Recently Completed Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, And Responsiveness. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Deemed As Non-responsive. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. If There Is No Cpars Data Available, Ppqs Will Be Accepted. Please Utilize The Attached Ppq Document. Completed Ppqs Should Not Be Submitted By The Evaluator To Vha Pcac Directly. Completed Ppqs Must Be Incorporated Into The Sf 330 Submission. The Cpars And Ppqs Will Not Be Counted Toward The Page Limitation For This Submission. 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. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. Evaluations That Are Rated As More Than Satisfactory May Be Given Greater Consideration. The Evaluation Will Assess Performance On Recently Completed Va Projects As Well As The Reputation And Standing Of The Firm And Its Principal Officials With Respect To Professional Performance, General Management, Responsibility And Responsiveness. 5.experience In Construction Period Services (section H) To Include: 1.professional Field Inspections During The Construction Period 2. Coordination And Validation Of Commissioning Requirements 3. Solicitation Support Services 4.providing A Submittal Register 5.review Of Construction Submittals 6.support In Answering Requests For Information (rfis) During The Construction Of A Project 7.support Of Construction Contract Changes To Include Validating Statements Of Work And Cost Estimates 8. Attendance At Weekly Conference Calls 9.providing Minutes Of Meetings Between The A-e, Va, And Contractors 10.pre-final Inspection Site Visits 11.generation Of Punch List Reports And Production Of As-built Documentation. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. 6.knowledge Of The Locality (section H) To Include Specific Knowledge Of Certain Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, And Working With Local Construction Methods Or Local Laws And Regulations. 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 Site And Locality, And Not Where The Firm Is Located Or 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. 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 Dallas Vamc Clc At 4500 South Lancaster Rd Dallas, Tx. 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" 5. Submission Requirements: the Below Information Contains The Instructions And Format That Shall Be Followed For The Submission Of The Sf 330, Statement Of Qualifications: submission Contents- firms Are Required To Submit Three Documents: one Sf 330, Architect/engineer Qualifications, Parts I And Ii, And Any Attachments, As A Pdf On The Sf 330 Form (form Is Available On-line At Https://www.gsa.gov/reference/forms/architectengineer-qualifications). one Separate Company Information Document, That Will Not Be Evaluated, Containing The Following Information: Cage Code. Unique Entity Identifier (uei). Tax Id Number. E-mail Address(es) And Phone Number(s) Of The Primary Point(s) Of Contact. Address Of Firm For Correspondence. A Copy Of The Firm S Vetcert And Verification Note: If You Are A Jv, You Must Be Registered In Vetcert As The Jv. The Submission Will Not Be Reviewed If Only A Partner Is In Vetcert But Not The Jv Itself. complete Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction. This Certification Is Required In Vaar 852.219-75. The Attachment With The Clause Language Is Included As Attachment A4 And Must Be Returned With The Sf 330 Submission As A Separate Document. Failure To Complete And Attach The Certification Will Deem The Proposal Ineligible For Evaluation. format Of Submissions-the Page Limitation Of The Sf 330 Pdf Submission Shall Not Exceed A Total Of 25 Pages. This Includes Cover Letters, Title Pages, Section Divider Pages, Table Of Contents, Etc. Every Page In The Pdf Will Count Toward This Page Limit Except Resumes, Copies Of Licensure, If Included, Cpars, Ppqs, And Part Ii Of The Sf 330. Do Not Combine The Company Information Document And Vaar 852.219-75 Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction Attachment With The Sf 330 Pdf. Gsa.gov Provides A Standard Fillable Sf 330. The Link To This Form Can Be Found Here: Https://www.gsa.gov/reference/forms/architectengineer-qualifications The Formatting Of The Sf 330 Submission Shall Follow That Of The Standard Form And Cannot Be Manipulated Or Changed, Meaning Each Page Shall Be: In The Default Font And Default Font Size In Black Ink (no Gray, No Colors) Single Spaced (no Less Than 1.0 Is Permitted) 8.5 X11 Paper (except The Organizational Chart In Section D As Long As The Organizational Chart Is The Only Item On The Larger Paper) The Margins Must Be The Pre-defined Margins In The Form-fillable Sf 330 On Gsa.gov's Website (7/2021 Version). All Information Must Be Contained Between The Thick Black Lines At The Top And Bottom, And The Sides May Not Extend Horizontally Beyond These Thick Black Lines. Do Not Shrink The Margins. Any Page That Does Not Comply With These Formatting Instructions (with Information That Extends Beyond These Margins, Uses A Different Font, Uses Less Than Single Line Spacing, Or Any Pages In Excess Of The 25 Pages That Are Not Exempt, Etc.) May Be Determined As Being Nonresponsive. submit One (1) Sf 330, Statement Of Qualifications And Any Attachments, And One (1) Accompanying Company Information Document Containing The Above Sdvosb Information, Via Email To Both The Contract Specialist Doniver.hamilton@va.gov And To The Contracting Officer Gabriel.escarciga@va.gov . Please Cc Procurement Technician Megan.johnson9@va.gov. the Subject Line Of The Email Shall Read: Sf 330 Submission- 36c77625r0035 In 549-215 Dallas Clc Bed Bath Compliance-minor Design Project. The Sf 330 Pdf And Company Information Document Shall Be Submitted In One Email And Have A Total File Size Of Less Than 10 Mb. No Hard Copies Will Be Accepted. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. technical Questions -all Questions Shall Be Submitted To Doniver.hamilton@va.gov And Gabriel.escarciga@va.gov With The Subject Line Sf 330 Question - 549-215 Dallas Clc Bed Bath Compliance-minor Design Project . The Cutoff For Question Submission Is Monday, February 24,2025 At 5:00pm Est. Questions Will Be Answered Through An Amendment To The Pre-solicitation Notice Posted To Contracting Opportunities At Sam.gov. submission Due Dates- All Responses Are Due Via Email On Or Before Thursday, March 13, 2025 At 5:00pm Est. Note: Sf 330 Submissions Received After The Date And Time Specified May Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. All Emails Must Be Received By The Va Email Server By 5:00 Pm Est On The Suspense Date. The Time Will Not Be Based On When Firms Hit Send . Thus, Do Not Wait Until The Last Minute To Send Submissions. Errors In Email Address Spelling Or Attempts At Emailing Timely Will Not Recover A Late Submission. 6. Other Information: all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Shall Verify The Naics Code In Vetcert Through The Small Business Administration (sba) And/or The System For Award Management (sam). Failure To Meet The Naics Code Requirement Will Result In The Rejection Of The Sf 330 Submission. reminder: This Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosb Concerns Will Not Be Considered. All Sdvosbs Must Be Listed As Certified By The Sba Veteran Small Business Certification (vetcert). Offerors Must Be Certified And Visible In The Sba Vetcert Database (veteran Small Business Certification (sba.gov)) At Time Of Submission Of Sf 330 S, Written Responses And Time Of Award. Failure To Be Both Visible And Certified At The Time Of Sf 330s, Written Responses And Time Of Award Will Result In The Offeror Being Deemed Unacceptable And Ineligible For Award. all Joint Ventures Must Be Sba Certified At Time Of Submission, Written Response Submission, And Award, And Submit Agreements That Comply With 13cfr 125.15 Prior To Contract Award. It Is The Offeror S Responsibility To Check The Contract Opportunities Website At: Https://www.sam.gov/ For Any Revisions To This Announcement Prior To Submission Of Sf 330s.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Details: Description Invitation To Bid For: 25ci0038 – Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Flood Control Structure Along Sacobia River (downstream Of Centennial Bridge), Barangay Tabun, Mabalacat City, Pampanga 1. The Dpwh – Pampanga 3rd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 96,485,608.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25ci0038: Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Flood Control Structure Along Sacobia River (downstream Of Centennial Bridge), Barangay Tabun, Mabalacat City, Pampanga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Pampanga 3rd District Engineering Office (dpwh-p3deo) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Nine (209) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. Contract Name : Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Flood Control Structure Along Sacobia River (downstream Of Centennial Bridge), Barangay Tabun, Mabalacat City, Pampanga Contract Id. No.: : 25ci0038 Location: : Mabalacat City, Pampanga Scope Of Works: : Construction Of Flood Control Approved Budget For The Contract : 96,485,608.90 Contract Duration : 209 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippines 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 – Pampanga 3rd Deo And Inspect The Bidding Documents At Bac-secretariat - Conference Room, Dpwh Pampanga 3rd Deo During Weekdays From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11, 2025 To March 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 50,000.00. 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 Pampanga 3rd District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 – 10:00 A.m. At The Conference Room, Dpwh Pampanga 3rd Deo, And Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ), 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_pampanga3@dpwh.gov.ph For Electronic Submission On Or Before 10:00a.m. Of March 4, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 4, 2025 At 10:00 A.m. At Conference Room, Dpwh Pampanga 3rd Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ) Late Bids Shall Not Be Accepted. 12. The Dpwh Pampanga 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To 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 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Postpaid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Marissa P. Ortiz Head, Procurement Unit Dpwh – Pampanga 3rd Deo San Francisco St., Brgy. Pampang, Angeles City Ortiz.marissa@dpwh.gov.ph (045) 323-5782 Approved By: Lourdino C. Soriano Chief, Planning And Design Section Chairperson, Bids And Awards Committee Dpwh Pampanga 3rd District Engineering Office San Francisco St., Brgy. Pampang, Angeles City Date Of Issue: February 11, 2025
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Road Construction, Drainage Work
Philippines
Closing Soon4 Mar 2025
Tender AmountPHP 49.4 Million (USD 853.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Catarman, Northern Samar Tel. No.: (055) 500-0559 Invitation To Bid For: 1. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar, Through Fy 2025 Gaa Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected And Declared Non-complying/failed. 2. The Dpwh – Northern Samar 1st Engineering District Office, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contract/s: `1. Contract Id : 25ih0033 Contract Name : Construction Of Road With Drainage Structure, Phase Ii, Barangay Macagtas, Catarman, Northern Samar Contract Location : Catarman, Northern Samar Brief Description/scope Of Work : Construction Of Road With A Total Length Of 825.2 Ln.m. (3.05m Width, 230mm Thk), Which Includes Construction Of Concrete Drainage Canal And Other Concrete Structure With A Total Volume Of 1287.8 Cu.m.., Unsuitable Excavation With A Total Volume Of 1036.8 Cu.m., Structure Excavation With A Total Volume Of 1199.28 Cu.m., Embankment From Borrow With A Total Volume Of 5305.892 Cu.m., 51pcs Of Solar Street Lights, Landscaping, Finishing Structures, Mechanical And Electrical System, And Miscellaneous Structures. Approved Budget For The Contract (abc) : Php 49,497,259.88 Source Of Funds : Fy 2025 Gaa Contract Duration : 248 Calendar Days Cost Of Bidding Document : Php 25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category, For “small B” As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity Source (nfcc) At Least Equal To The Abc. For This Purpose, The Major Categories Of Work Are: 25ih0032 – Bicwoplc – Buildings: Construction – Without Piles – Low Rise – Concrete (frame)(1 To 5 Storeys), 25ih0033 - Rcp – Roads: Construction – Pccp Contractor/applicants Who Wish To Participate In This Bidding Are Require To First Register With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Registered 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 Days 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 (lrr) 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 Northern Samar 1st District Engineering Office, Catarman, N. Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Dates And From Address/websites Stated Below And Upon Payment Of The Applicable Fee (nonrefundable) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Stated Above. Bidders Can Make Payment For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Scheduled Of Key Procurement Activities Is Shown Below: Procurement Activity Date / Time Place 1. Issuance / Posting Of Bidding Documents February 11, 2025 – March 4, 2025 @ 1:00 P.m. * Hard Copies At Bac Secretariat, Dpwh – Nsfed, Office, Catarman, N, Samar * Downloadable From (a) Dpwh Website Www.dpwh.gov.ph, (b) Philgeps Website Www.philgeps.gov.ph, And (c) Website Of Concerned Foreign Financing Institution. 2. Pre-bid Conference February 20, 2025 @ 10:00 A.m. At The Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Pre-bid Conference Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 3. Deadline For Receipt / Submission Of Bids March 4, 2025 @ 1:00 P.m. Bac – Dpwh Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Submit Your Bids Through Our Official Electronic Mail (electronicbids_northernsamar1@dpwh.gov.ph) 4. Opening Of Bids (upon Availability Of Eligibility Results) March 4, 2025 Immediately After The Deadline Of Submission Of Bids Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Opening Of Bids Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 8. The Pre-bid Conference Will Be Held On Dates Stated Above At Bac Office/ Conference Room, Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar And/or Through Videoconferencing/webcasting Via ( Zoom), Which Shall Be Open To Prospective Bidders. Bidding For The Above-mentioned Cy 2025 Projects Shall Be Conducted “short Of Award” Pending Availability/receipt Of Fund Fy 2025. 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_northernsamar1@dpwh.gov.ph For Electronic Submission On Or Before March 4, 2025 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 4, 2025 Immediately After The Deadline Of Submission Of Bids At Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar. 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 Northern Samar 1st District Engineering Office, Catarman, N. Samar Reserves The Right To Accept Or Reject Any And All Bids, Declare Failure Of Bidding, Or Not Award The Contract At Any Time Prior To The Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: The Head, Bac Secretariat Bac Office, Dpwh – Nsfed, Catarman, N. Samar Tel. No.: (055) 500-2536 Email Add: Arao.joan_candylou@dpwh.gov.ph Approved: Vicente C. Galecio Bac - Chairman Noted: Alvin A. Ignacio District Engineer Dates Of Dpwh Web/philgeps Posting : February 11-17, 2025 Dpwh-nsfdeo Bulletin Board
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Closing Soon5 Mar 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Details: Description Invitation To Bid For: 25ci0039 – Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Abacan Road Dike Between Henson Bridge And Abacan Bridge, Angeles City, Pampanga 1. The Dpwh – Pampanga 3rd District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 96,491,598.96 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25ci0039: Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Abacan Road Dike Between Henson Bridge And Abacan Bridge, Angeles City, Pampanga. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Pampanga 3rd District Engineering Office (dpwh-p3deo) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Nine (209) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. Contract Name : Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Sipag – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Abacan Road Dike Between Henson Bridge And Abacan Bridge, Angeles City, Pampanga Contract Id. No.: : 25ci0039 Location: : Angeles City, Pampanga Scope Of Works: : Construction Of Road Dike Approved Budget For The Contract : 96,491,598.96 Contract Duration : 209 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippines 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 – Pampanga 3rd Deo And Inspect The Bidding Documents At Bac-secretariat - Conference Room, Dpwh Pampanga 3rd Deo During Weekdays From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11, 2025 To March 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 50,000.00. 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 Pampanga 3rd District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 – 10:00 A.m. At The Conference Room, Dpwh Pampanga 3rd Deo, And Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ), 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_pampanga3@dpwh.gov.ph For Electronic Submission On Or Before 10:00a.m. Of March 4, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 4, 2025 At 10:00 A.m. At Conference Room, Dpwh Pampanga 3rd Deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.pampanga3rddeo ) Late Bids Shall Not Be Accepted. 12. The Dpwh Pampanga 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To 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 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Postpaid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Marissa P. Ortiz Head, Procurement Unit Dpwh – Pampanga 3rd Deo San Francisco St., Brgy. Pampang, Angeles City Ortiz.marissa@dpwh.gov.ph (045) 323-5782 Approved By: Lourdino C. Soriano Chief, Planning And Design Section Chairperson, Bids And Awards Committee Dpwh Pampanga 3rd District Engineering Office San Francisco St., Brgy. Pampang, Angeles City Date Of Issue: February 11, 2025
City Of Caloocan Tender
Automobiles and Auto Parts
Philippines
Closing Soon5 Mar 2025
Tender AmountPHP 1.6 Million (USD 28.9 K)
Details: Description 11 February 2025 Invitation To Bid For The Supply And Delivery Of Tires And Batteries For Various Vehicles Of Pnp 1. The City Of Caloocan, Through The General Fund Of The 2025 Annual Executive Budget Approved Under Sangguniang Panlungsod Ordinance No. 1121 S. 2024 Intends To Apply The Sum Of One Million Six Hundred Seventy Eight Thousand Seven Hundred Thirty Pesos (₱1,678,730.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Tires And Batteries For Various Vehicles Of Pnp. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During The Opening Of Bids. 2. The City Of Caloocan Now Invites Bids For The Supply And Delivery Of Tires And Batteries For Various Vehicles Of Pnp. Delivery Of Goods Is Required Within Thirty (30) Calendar Days From The Date Of Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project Which Is At Least Twenty Five Percent (25%) Of The Abc. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From The City Of Caloocan And Inspect The Bidding Documents At The Address Given Below During Office Hours: Bac Secretariat/ Procurement Office Office Of The Bids And Awards Committee 7th Floor Caloocan City Hall 8th St. Cor. 8th Ave. Grace Park, Caloocan City Telephone Number: 5310-2702/8288-8811 Local 2218 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting 11 February 2025 From The Address Above And Upon Payment Of The Bidding Documents In The Amount Of Five Thousand Pesos ( Php5,000.00). 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. 7. The City Of Caloocan Will Hold A Pre-bid Conference On 19 February 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. 8. Submission Of Bids Shall Be On Or Before 5 March 2025 At 9:30 Am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. Opening Of Bids Shall Be On The Same Day, 5 March 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Shall Not Be Accepted. 9. The Procuring Entity Reserves The Right To Reject The Bid, Not To Award The Contract Or Declare A Failure Of Bidding At Any Time Prior To Contract Award, Without Thereby Incurring Any Criminal, Civil, Or Administrative Liability, Regardless Of The Outcome Of The Bidding Process. Atty. Christian Niño A. Diaz, Cese Chairman, Bids And Awards Committee
Eskom Holdings SOC Ltd South Africa Tender
Electrical Cables And Wires...+1Electrical and Electronics
South Africa
Closing Date30 Jun 2025
Tender AmountRefer Documents
Description: The Manufacture, Supply, Install, Testing, Commissioning Of 88 Kv Hv Xlpe Cable System And Related Civil Works For Simmerpan Upgrade And Germiston Factories Projects For A Period Of 12 Months
Municipality Of Hamtic, Antique Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon7 Mar 2025
Tender AmountPHP 2.4 Million (USD 43 K)
Details: Description Republic Of The Philippines Province Of Antique Municipality Of Hamtic Invitation To Bid For Construction Of Temporary Office Space Hamtic, Antique 1. The Local Government Of Hamtic, Antique, Intends To Apply The Sum Of Two Million Four Hundred Ninety Nine Thousand Nine Hundred Eighty Six Pesos And 55/100 Only (php 2,499.986.55) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ib No.2025-004, “construction Of Temporary Office Space” At Hamtic, Antique. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2 The Local Government Of Hamtic, Antique, Through Its Bac, Now Invites Potential Bidders For Bidding For The “construction Of Temporary Office Space” At Hamtic, Antique. Bidders Should Have A Similar Contract Within The Last 2 Years With The Value At Least 50% Of The Abc, Other Eligibility Will Be Evaluated On A “pass/fail” Basis. Completion Of The Works Is Required Within 60 Calendar Days From The Date Of Receipt Of Notice To Proceed. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Bac Secretariat Local Government Of Hamtic, Antique, And Inspect The Bidding Documents At The Address Given Below From February 12, 2025, Wednesday At 8:00 Am To 12:00 Nn And 1:00 Pm To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Bidders To The Bac Secretariat At The Address Stated Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00). The Bidding Documents Shall Be Received Personally By The Bidder Or His Authorized Representative Which Will Be Issued On February 12, 2025, Wednesday To March 4, 2025, Tuesday. 6. The Bac Of Hamtic, Antique, Will Hold A Pre-bid Conference On 2:00 Pm, February 19, 2025, Wednesday At The Municipal Hall, Hamtic, Antique, Open To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 11:00 Am Of March 4, 2025, Tuesday. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Ib Clause 14. 9. Bid Opening Shall Be On 11:00 Am Of March 4, 2025, Tuesday, At The Given Address The Bac Chairman, Municipal Bids And Awards Committee (bac), Municipal Hall, Hamtic, Antique. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Hamtic 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. 11. For Further Information, Please Refer To: Ramona Z. Mabaquiao Municipal Civil Registrar Bac Chairman Municipal Bids And Awards Committee Municipal Hall, Hamtic, Antique ______________________________________ Ramona Z. Mabaquiao Municipal Civil Registrar Bac Chairman
9141-9150 of 10000 active Tenders