Civil Work Tenders
Civil Work Tenders
Municipality Of Floridablanca, Pampanga Tender
Philippines
Details: Description Description Of Works To Be Done Part A: Civil Works....................................................90.17 Part B: General Item & Other Requirement.....................9.83 .............................................................................100.00 Item/description............................................................quantity....................unit Of Issue Part A - Civil Works Subgrade Preparation...........................................................1..............................lot Aggregate Base Course (t=0.15m.)........................................1..............................lot Portland Cement Concrete Pavement (0.15m. Thick).................1..............................lot Part B - General Item & Other Requirement Project Billboard/signboard....................................................1.............................set Occupational Safety & Health Program.....................................1.............................lot Mobilization/demobilization....................................................1.............................lot
Closing Date24 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Municipality Of Opol, Misamis Oriental Tender
Philippines
Details: Description 1. The Local Government Unit (lgu) Of Opol, Misamis Oriental, Through The Budget Of Lgu-opol (bank Loan) Intends To Apply The Sum Of Ninety-nine Million Nine Hundred Ninety Thousand Three Hundred Ninety-two Pesos And 88/100 (php 99,990,392.88) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Opol Sanitary Landfill At Sitio Sto. Niño, Brgy. Bagocboc, Opol, Misamis Oriental / Opol 2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit (lgu) Of Opol Through The Bids And Awards Committee (bac) Now Invites Bids For The Construction Of Opol Sanitary Landfill At Brgy. Bagocboc, Opol, Misamis Oriental, With The Following Scope Of Works: Bill Of Quantities Qty Unit Item No. Item Description Part I. General Requirements 1.00 L.s. B.3 Permits And Clearances 1.00 L.s. B.7(1) Occupational Safety And Health Program 1.00 Ea. B.5 Project Billboard/signboard 1.00 L.s. B.9 Mobilization/demobilization Part Ii. Civil Works, Mechanical, Electrical, And Sanitary/plumbing Works A. Construction Of Guard House 3.53 Cu.m. 803(1)a Structure Excavation, Common Soil 2.79 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 881.33 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 18.19 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1002(27) Plumbing Works 5.46 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 11.14 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 28.27 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 56.54 Sq.m. 1027(1) Cement Plaster Finish 5.43 Sq.m. 1018(1) Glazed Tiles & Trims 62.00 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(1) Structural Steel (roof Framing Works) 3.26 Sq.m. 1010(2)a Doors (flush) 1.00 L.s. 1008 Aluminum Glass Windows 1.00 L.s. Part D Electrical B. Construction Of Admin Building 19.56 Cu.m. 803(1)a Structure Excavation, Common Soil 16.58 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 2617.95 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 38.79 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1002(27) Plumbing Works 5.46 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 11.40 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 101.47 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 202.94 Sq.m. 1027(1) Cement Plaster Finish 53.77 Sq.m. 1018(1) Glazed Tiles & Trims 208.40 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(1) Structural Steel (roof Framing Works) 8.40 Sq.m. 1010(2)a Doors (flush) 12.22 Sq.m. 1008(1)b Aluminum Glass Windows (casement Type) 1.00 L.s. Part D Electrical C. Construction Of Material Recovery Facility 24.20 Cu.m. 803(1)a Structure Excavation, Common Soil 23.84 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 3737.43 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 72.00 Sq.m. 903(2) Formworks And Falseworks 37.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 175.20 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 48.00 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 96.00 Sq.m. 1027(1) Cement Plaster Finish 105.60 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. Part D Electrical D. Construction Of The Composting Bed 8.82 Cu.m. 803(1)a Structure Excavation, Common Soil 14.89 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 670.58 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 21.92 Sq.m. 903(2) Formworks And Falseworks 30.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 98.00 Sq.m. 1014(1)b2 Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427mm Thk. 81.00 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 150mm 162.00 Sq.m. 1027(1) Cement Plaster Finish 162.00 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. Part D Electrical E. Construction Of Weighbridge 51.53 Cu.m. 803(1)a Structure Excavation, Common Soil 16.23 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 1305.36 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 58.62 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1047(1) Structural Steel 1.00 L.s. Part D Electrical 1.00 L.s. 1726 Weigh Bridge System 75.41 Sq.m. 1032(1)a Painting Works F. Construction Of Hazardous Vault 7.20 Cu.m. 803(1)a Structure Excavation (common Soil) 21.78 Cu.m. 900(2)c Structural Concrete, Class B @ 28 Days 1733.72 Kg 902(1)a Reinforcing Steel (grade 40) 142.28 Sq.m. 903(2) Formworks And Falseworks 4.09 Sq.m. 1010(2)b Wooden Panel Door 82.20 Sq.m. 1046(2)a2 Chb Non Load Bearing (inc. Reinforcing Steel), 100mm 164.40 Sq.m. 1027(1) Cement Plaster Finish 129.12 Sq.m. 1032(1)a Painting Works (masonry/concrete) G. Construction Of Sanitary Landfill Cell 80495.84 Cu.m. 103(1)a Structure Excavation (common Soil) 6171.74 Cu.m. 104(1)a Embankment 12768.54 Sq.m. 105(1) Subgrade Preparation 14056.80 L.m. 715(1) Geotextile 14056.80 Sq.m. Spl-1 Hdpe Liner 1.5mm Thick 1000.00 Cu.m. Spl-2 Sand Filter 390.00 Cu.m. 804 (4) Gravel Fill 120.00 Lh 1001(1)c5 Pipes And Fittings (8" Hdpe) 262.60 Cu.m. 1710(2)a Grouted Riprap (line Canal) 5.00 Units Spl-4 Access Ramp 6.00 Units Spl-5 Gas Vents 396.00 Lin.m Spl-6 Hdpe Line Canal H. Construction Of Wash Bay 12.00 Cu.m. 803(1)a Structure Excavation, Common Soil 20.52 Cu.m. 900(1)c1 Structural Concrete Class A @ 28 Days 2192.66 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 24.00 Sq.m. 903(2) Formworks And Falseworks 1.00 L.s. 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 1.00 L.s. 1047(1) Structural Steel (post & Roof Framing Works) 1.00 L.s. Part D Electrical I. Construction Of Leachate Treatment Pond 1998.00 Cu.m. 103(1)a Structure Excavation (common Soil) 1091.28 Sq.m. 105(1) Subgrade Preparation 1091.28 Sq.m. 715(1) Geotextile 1091.28 Sq.m. Spl-1 Hdpe Liner 1.5mm Thick 4.00 Le. 1001(1)c5 Pipes And Fittings (8" Hdpe) J. Construction Of Leachate Treatment Plant 530.40 Cu.m. 803(1)a Structure Excavation, Common Soil 19.20 Cu.m. 804(4) Gravel Fill Bedding 8025.22 Kg 902(1)a Reinforcing Steel (deformed), Grade 40 89.73 Cu.m. 405(1)b2 Structural Concrete Class A, 27.58 Mpa @ 14 Days 292.20 Sq.m. 903(2) Formworks And Falseworks 30.00 Mtr 1001(1)a7 Pipes And Fittings, 100mm Dia. Pvc Series 1000 3.30 Sq.m. 1003(1)a1 Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) 22.50 Sq.m. 1013(1) Corrugated Metal Roofing Gauge 26 821.80 Sq.m. 1016(1)a Waterproofing, Cement-based 22.20 Sq.m. 1046(2)a2 Chb Non Load Bearing (including Reinforcing Steel), 100mm 22.20 Sq.m. 1003(2)a1 4.5mm Thk Ficem Board Wall On Metal Frame 45.10 Sq.m. 1032(1)a Painting Works, Masonry/concrete 1.00 L.s. 1047(8) Structural Steel (post & Roof Framing) 1.00 L.s. 1,010.00 Doors And Windows For Control Room 1.00 L.s. Part D Electrical 1.00 L.s. 1726 Wastewater Treatment Plant K. Concreting Of Access Road 500.00 Cu.m. 103(1)a Surplus Common Excavation 372.96 Cu.m. 104(1)a Structure Excavation (common Soil) 2880.00 Cu.m. 103(1)a Embankment 3648.20 Sq.m. 105(1) Subgrade Preparation 347.62 Cu.m. 200 Aggregate Subbase Course 1032.00 Sq.m. 311(1)b1 Portland Cement Concrete Pavement (unreinforced), 0.20m Thk, 3500psi @ 14 Days 101.00 Cu.m. 1710(2)a Grouted Riprap (line Canal) L. Construction Of Barbed Wire Perimeter Fence 0.11 Ha. 100(1) Clearing And Grubbing 9.95 Cu.m. 803(1)a Structure Excavation (common Soil) 3595.41 Kg. 902(1)a Reinforcing Steel (grade 40) 205.26 Sq.m. 903(2) Formworks And Falseworks 23.09 Cu.m. 900(2)c Structural Concrete, Class B @ 28 Days 5580.00 L.m. 604(1) Fencing, Barbed Wire 3. The Lgu Of Opol Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Three Hundred Sixty (360) Calendar Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Lgu Of Opol And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm On Working Days. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 To March 3, 2025 From Given Address And Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (php 50,000.00) And A Special Permit Fee In The Amount Of One Thousand Pesos (php 1,000.00) Pursuant To The Revised Revenue Code Of Opol, Misamis Oriental 2016. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. The Lgu Of Opol Will Hold A Pre-bid Conference On February 17, 2025 At 1:00 Pm At The Bids And Awards Committee (bac) Office Located At The 2nd Floor Of Old Municipal Building, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before March 3, 2025 At 12:00 Noon. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On March 3, 2025 At 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Lgu Of Opol Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Cherryl G. Magnetico, Mpa Secretariat, Bids And Awards Committee Municipality Of Opol, Misamis Oriental Email Address: Lguopolbac.misor@gmail.com Mobile Phone No. 0917-773-5450 Edgar C. Olaco, Mpa, Rea Chairman, Bids And Awards Committee Municipality Of Opol, Misamis Oriental Mobile Phone No. 0917-172-9478 February 3, 2025 ______________________________________ (sgd.) Edgar C. Olaco, Mpa, Rea Bac Chairperson Terms Of Reference Project Title: Construction Of Opol Sanitary Landfill Location: Sitio Sto. Niño, Brgy Bagocboc, Opol, Misamis Oriental Project Description: The Local Government Unit (lgu) Of Opol, Misamis Oriental, Through The Budget Of Lgu-opol (bank Loan) Intends To Apply The Sum Of Ninety-nine Million Nine Hundred Ninety Thousand Three Hundred Ninety-two And 88/100 Pesos (php 99,990,392.88) Being The Approved Budget Of The Contract (abc) For The Construction Of Opol Sanitary Landfill At Brgy. Bagocboc, Opol, Misamis Oriental. The Project Composed Of 2 Parts. Part I. General Requirements • Permits And Clearances • Occupational Safety And Health Program • Project Billboard/signboard • Mobilization/demobilizations Part Ii. Civil Works, Mechanical, Electrical, And Sanitary/ Plumbing Works 1. Construction Of Guard House • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Plumbing Works • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Glazed Tiles & Trims • Painting Works, Masonry/concrete • Structural Steel (roof Framing Works) • Doors (flush) • Aluminum Glass Windows • Electrical 2. Construction Of Admin Building • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Plumbing Works • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Glazed Tiles & Trims • Painting Works, Masonry/concrete • Structural Steel (roof Framing Works) • Doors (flush) • Aluminum Glass Windows (casement Type) • Electrical 3. Construction Of Material Recovery Facility • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Cement Plaster Finish • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Electrical 4. Construction Of Composting Bed • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Prepainted Metal Sheets, Long Span - Rib-type, Above 0.427 Mm Thk. • Chb Non Load Bearing (including Reinforcing Steel), 150mm • Cement Plaster Finish • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Electrical 5. Construction Of Weighbridge • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Structural Steel • Electrical • Weigh Bridge System • Painting Works 6. Construction Of Hazardous Vault • Structure Excavation (common Soil) • Structural Concrete, Class B @ 28 Days • Reinforcing Steel (grade 40) • Formworks And Falseworks • Wooden Panel Door • Chb Non Load Bearing (inc. Reinforcing Steel), 100mm • Cement Plaster Finish • Painting Works (masonry/concrete) 7. Construction Of Sanitary Landfill Cell • Structure Excavation (common Soil) • Embankment • Subgrade Preparation • Geotextile • Hdpe Liner 1.5mm Thick • Sand Filter • Gravel Fill • Pipes And Fittings (8" Hdpe) • Grouted Riprap (line Canal) • Access Ramp • Gas Vents • Hdpe Line Canal 8. Construction Of Wash Bay • Structure Excavation, Common Soil • Structural Concrete Class A @ 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Structural Steel (post & Roof Framing Works) • Electrical 9. Construction Of Leachate Treatment Pond • Structure Excavation (common Soil) • Subgrade Preparation • Geotextile • Hdpe Liner 1.5mm Thick • Pipes And Fittings (8" Hdpe) 10. Construction Of Leachate Treatment Plant • Structure Excavation, Common Soil • Gravel Fill Bedding • Reinforcing Steel (deformed), Grade 40 • Structural Concrete Class A, 27.58 Mpa @ 14 Days • Formworks And Falseworks • Pipes And Fittings, 100mm Dia. Pvc Series 1000 • Ceiling (4.5mm Thk Fiber Cement Board On Metal Frame) • Corrugated Metal Roofing Gauge 26 • Waterproofing, Cement-based • Chb Non Load Bearing (including Reinforcing Steel), 100mm • 4.5mm Thk Ficem Board Wall On Metal Frame • Painting Works, Masonry/concrete • Structural Steel (post & Roof Framing) • Doors And Windows For Control Room • Electrical • Wastewater Treatment Plant 11. Concreting Of Access Road • Surplus Common Excavation • Structure Excavation (common Soil) • Embankment • Subgrade Preparation • Aggregate Subbase Course • Portland Cement Concrete Pavement (unreinforced), 0.20m Thk, 3500psi @ 14 Days • Grouted Riprap (line Canal) 12. Construction Of Barbed Wire Perimeter Fence • Clearing And Grubbing • Structure Excavation (common Soil) • Reinforcing Steel (grade 40) • Formworks And Falseworks • Structural Concrete, Class B @ 28 Days • Fencing, Barbed Wire The Project Is Closely Monitored By Emb/denr That It Will Conform To The Latest Standards And Practices With Regards To The Implementing Rules And Regulations Of Republic Act 9003 Or The Ecological Solid Waste Management Act Of 2000 And The Denr Administrative Order No. 2005-10 Other Known As Philippine Clean Water Act Of 2004. Furthermore, The Project Must Comply With Conditions As Stated In The Approved Environmental Compliance Certificate (ecc) Before Construction, During Construction And After Completion Of The Project. The Eligibility Requirements For The Construction Of The Opol Sanitary Landfill Must Include Having Demonstrated Experience In Sanitary Landfill Operations To Ensure Compliance With The Standards Set By The Department Of Environment And Natural Resources (denr) During Implementation. Furthermore, The Contractor Must Adhere To The Applicable Provisions Of Sections 23-24 Of The Implementing Rules And Regulations (irr) Of Republic Act No. 9184. Itb 5.2 – Single Largest Completed Contract (slcc) & Pcab License Allowable Range Of Contract Cost For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: • Site Development With Building Construction Worth 50 Million And Above For The Past 7 Years • License Category: B • Size Range: “medium A” For Roads, Highway, Pavement, Railways, Airport Horizontal And “medium A” For Building And Industrial Plant Itb 10.4 – Key Personnel For The Construction Of The Contract, The Bidder Is Required To Deploy The Minimum Required Key Personnel: 1. Project Manager A. Licensed Architect Or Civil Engineer For At Least 10 Years. B. Must Be Involved In A Sanitary Landfill Project For The Past 5 Years, Worth 50 Million And Above. Must Present Certificate Of Involvement Signed By The Implementing Office Of The Said Project/s Indicating The Amount And Year Of The Said Project/s. 2. Environmental Planner A. Licensed Environmental Planner For At Least 5 Years. B. Must Be Involved In A Sanitary Landfill Project For The Past 5 Years, Worth 50 Million And Above. Must Present Certificate Of Involvement Signed By The Implementing Office Of The Said Project/s Indicating The Amount And Year Of The Said Project/s. 3. Project Engineer A. Licensed Civil Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 4. Sanitary Engineer A. Licensed Sanitary Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 5. Materials Engineer A. Licensed Materials Engineer For At Least 10 Years. B. At Least 10 Years’ Experience In Construction Projects. 6. Safety Officer (dole Accredited) A. Certified Safety Officer For At Least 5 Years. B. At Least 5 Years’ Experience In Construction Projects. 7. Foreman A. At Least 10 Years’ Experience In Construction Projects. Itb 10.5 - Equipments Minimum Equipment Needed For The Said Project Is As Follows: Self-loading Truck 1 Unit Excavator (1cum Bucket Capacity) 2 Units 10t Vibratory Roller 1 Unit Motorized Grader 1 Unit 10wheeler Dump Truck 3 Units Payloader 1 Unit Single Bagger Mixer 2 Units Concrete Vibrator 2 Units Plate Compactor 1 Unit Bar Bender 1 Unit Bar Cutter 1 Unit Welding Machine 2 Units
Closing Date3 Mar 2025
Tender AmountPHP 99.9 Million (USD 1.7 Million)
Department Of Public Works And Highways Tender
Philippines
Details: Description Invitation To Bid For Doh Health Facilities Enhancement Program (hfep) - Construction Of New Super Health Centers/rhu – Brgy. Cristo Rey, Capas Mega Rural Health Unit, Province Of Tarlac, Contract Id No. 24c00638. 1. The Dpwh-regional Office Iii, Through The Fy 2024 Intends To Apply The Sum Of P29,849,839.98 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh Health Facilities Enhancement Program (hfep) - Construction Of New Super Health Centers/rhu – Brgy. Cristo Rey, Capas Mega Rural Health Unit. Contract Id No. : 24c00638 Locations : Province Of Tarlac Scope Of Works : Building Approved Budget For The Contract : P29,849,839.98 Contract Duration : 180 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03 - 25, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference On February 13, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From February 03 To 25, 2025 Before 10:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid.
Closing Date25 Feb 2025
Tender AmountPHP 29.8 Million (USD 510.5 K)
Department Of Public Works And Highways Tender
Philippines
Details: Description Invitation To Bid For Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Flood Control Structure, Upstream Portion Of Dalaquitan Bridge – Phase 2, Sto. Tomas, Pampanga, Province Of Pampanga, Contract Id No. 24c00703. 1. The Dpwh-regional Office Iii, Through The Fy 2024 Intends To Apply The Sum Of P96,499,961.79 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Flood Control Structure, Upstream Portion Of Dalaquitan Bridge – Phase 2, Sto. Tomas, Pampanga. Contract Id No. : 24c00703 Locations : Province Of Pampanga Scope Of Works : Bank & Slope Protection Works Approved Budget For The Contract : P96,499,961.79 Contract Duration : 180 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03 – 25, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference On February 13, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From February 03 To 25, 2025 Before 10:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Ignacio F. Evangelista Chief, Legal Division Bac-chairman Date Of Issue: February 03, 2025
Closing Date25 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Department Of Public Works And Highways Tender
Philippines
Details: Description Invitation To Bid For Doh Health Facilities Enhancement Program (hfep) - Lgu Hospitals – Escolastica Romero District Hospital, Province Of Pampanga, Contract Id No. 24c00636. 1. The Dpwh-regional Office Iii, Through The Fy 2024 Intends To Apply The Sum Of P29,849,779.13 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh Health Facilities Enhancement Program (hfep) - Lgu Hospitals – Escolastica Romero District Hospital. Contract Id No. : 24c00636 Locations : Province Of Pampanga Scope Of Works : Building Approved Budget For The Contract : P29,849,779.13 Contract Duration : 180 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03 – 25, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference On February 13, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From February 03 To 25, 2025 Before 10:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Ignacio F. Evangelista Chief, Legal Division Bac-chairman Date Of Issue: February 03, 2025
Closing Date25 Feb 2025
Tender AmountPHP 29.8 Million (USD 510.5 K)
Department Of Public Works And Highways Tender
Philippines
Details: Description Invitation To Bid For Asset Preservation Program – Preventive Maintenance – Primary Roads – Jose Abad Santos Avenue (jasa Road), Province Of Bataan, Contract Id No. 24c00695. 1. The Dpwh-regional Office Iii, Through The Fy 2024 Intends To Apply The Sum Of P102,771,894.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Asset Preservation Program – Preventive Maintenance – Primary Roads – Jose Abad Santos Avenue (jasa Road). Contract Id No. : 24c00695 Locations : Province Of Bataan Scope Of Works : Roads: Asphalting Approved Budget For The Contract : P102,771,894.90 Contract Duration : 90 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03 – 25, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference On February 13, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From February 03 To 25, 2025 Before 10:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Ignacio F. Evangelista Chief, Legal Division Bac-chairman Date Of Issue: February 03, 2025
Closing Date25 Feb 2025
Tender AmountPHP 102.7 Million (USD 1.7 Million)
Department Of Public Works And Highways Tender
Philippines
Details: Description Invitation To Bid For Asset Preservation Program – Preventive Maintenance – Secondary Roads – Roman Expressway, Province Of Bataan, Contract Id No. 24c00696. 1. The Dpwh-regional Office Iii, Through The Fy 2024 Intends To Apply The Sum Of P96,499,493.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Asset Preservation Program – Preventive Maintenance – Secondary Roads – Roman Expressway. Contract Id No. : 24c00696 Locations : Province Of Bataan Scope Of Works : Roads: Asphalting Approved Budget For The Contract : P96,499,493.90 Contract Duration : 90 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03 – 25, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference On February 13, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From February 03 To 25, 2025 Before 10:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Ignacio F. Evangelista Chief, Legal Division Bac-chairman Date Of Issue: February 03, 2025
Closing Date25 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Oriental Mindoro Tender
Philippines
Details: Description Request To Submit Proposal/quotation (small Value Procurement - Sec. 53.9) Date : Company / Store Name And Address Please Quote Your Lowest Price On The Items Listed Below, Subject To The Terms And Conditions And Submit Your Quotation Duly Signed By Your Authorized Representative On The Deadline Of Submission Of This Quotation Together With The Documentary Requirements In The Return Sealed Envelope To Wit: 1. All Entries Must Be Typewritten Or Handwritten. B. Philgeps Registration Certificate 7 2. The Approved Budget For The Contract Is Php 197,000.00 C. Pcab License If Infra Or Civil Works 3. Delivery Period Within Seven (7) Calendar Days. D. Income/business Tax Return For 4. Deadline Of Submission Of Quotation/proposal Abcs Above 500k Not Later Than E. Omnibus Sworn Statement For 5. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days. Abcs Above 50k 6. Suppliers/bidders Shall Submit Original Brochures Of The F. Professional License/curriculum Product Being Offered. Vitae If Consulting Services 7. Quotation Are In Per Lot Basis. G. If The Above-mentioned Requirements 8. Documentary Requirements: Are Updated In On File At The Procuring A. Mayor's/business Permit Entity/bac, Attachments Are Not Required Maria Consuelo B. Mariňas, Md, Mha Bac Chairperson For Goods And Services Item No. Qty. Unit Of Issue Goods And Its Specification Unit Cost Total Cost 1 35 Pax Meals & Snacks (35pax X 320.00 X 2 Days) _______ _________ Training Of Bakuna Champions Oversight Committee 2 40 Pax Meals & Snacks (40pax X 320.00 X 4 Meetings) _______ _________ Planning Meeting For Fy 2024 3 50 Pax Meals & Snacks _______ _________ Training Of Bakuna Champions Trainers 4 50 Pax Meals & Snacks _______ _________ Graduation Ceremony For Bakuna Trainers 5 100 Pax Meals & Snacks (50pax X 320.00 X 2 Training) _______ _________ Training On Basic Epi 6 150 Pax Snacks _______ _________ Communication Activity Targeting Bakuna Champions 7 150 Pax Snacks _______ _________ Communication Activity Targeting Parents And Caregivers 8 75 Pax Snacks _______ _________ Regular Meetings Of Bakuna Champions Oversight Committee/local Health Board 9 45 Pax Meals & Snacks _______ _________ Collect Monitoring Data On Key Indicators X-x-x-x-x For Pinamalayan Bakuna Champions Activities Use. Pr No. 296 Menu Title Of Activity: Training Of Bakuna Champions Oversight Committee Date: March 6-7, 2025 Venue: Pinamalayan Pax: 35 X 2 Days Amount: 320 Day 1 Day 2 Am Snacks Spaghetti Bottled Water Am Snacks Chicken Sandwich Bottled Water Lunch Fried Fish Chopsuey Rice Banana Bottled Water Lunch Chicken Adobo With Boiled Egg Rice Chocolate Bottled Water Pm Snacks Ube Ensaymada Bottled Water Pm Snacks Empanada Bottled Water Menu Title Of Activity: Planning Meeting For Fy 2024 ( Date: March 26, 2025 / April 30,2025 / May 21,2025 / June 25, 2025 Venue: Pinamalayan Pax: 40 X 4 Days Amount: 320 Day 1 Day 2 Day 3 Day 4 Am Snacks Chicken Sandwich Bottled Water Am Snacks Cheese Pimiento Sandwich Bottled Water Am Snacks Pancit Bihon Bottled Water Am Snacks Empanada Bottled Water Lunch Fried Fish Mixed Vegetable Rice Banana Bottled Water Lunch Fried Chicken Rice Chocolate Bottled Water Lunch Fried Fish Chopsuey Rice Sweets Bottled Water Lunch Chicken Afritada Rice Banana Bottled Water Pm Snacks Ham Sandwich Bottled Water Pm Snacks Tuna Sandwich Bottled Water Pm Snacks Toasted Siopao Bottled Water Pm Snacks Special Mamon Bottled Water Menu Title Of Activity: Training Of Bakuna Champions Trainers Date: March 12, 2025 Venue: Pinamalayan Pax: 50 Amount: 320 Am Snacks Ham Sandwich Bottled Water Lunch Fried Chicken Rice Banana Bottled Water Pm Snacks Cheese Pimiento Sandwich Bottled Water Menu Title Of Activity: Graduation Ceremony For Bakuna Trainers Date: March 13, 2025 Venue: Pinamalayan Pax: 50 Amount: 320 Am Snacks Tuna Sandwich Bottled Water Lunch Chicken Afritada Rice Banana Bottled Water Pm Snacks Toasted Siopao Bottled Water Menu Title Of Activity: Training On Basic Epi Date: April 16-17, 2025 Venue: Pinamalayan Pax: 50 X 2 Days Amount: 320 Day 1 Day 2 Am Snacks Special Mamon Bottled Water Am Snacks Spaghetti Bottled Water Lunch Chicken Caldereta Rice Banana Bottled Water Lunch Fried Fish Mixed Vegetables Rice Chocolate Bottled Water Pm Snacks Empanada Bottled Water Pm Snacks Chicken Sandwich Bottled Water Menu Title Of Activity: Communication Activity Targeting Bakuna Champions Date: April 3, 2025 / May 22, 2025 / June 19, 2025 Venue: Pinamalayan Pax: 50 X 3 Days Amount: 120 Day 1 Day 2 Day 3 Am Snack Ham Sandwich Bottled Water Am Snack Cheese Pimiento Sandwich Bottled Water Am Snack Tuna Sandwich Bottled Water Pm Snack Pancit Bihon Bottled Water Pm Snack Toasted Siopao Bottled Water Pm Snack Special Mamon Bottled Water Menu Title Of Activity: Communication Activity Targeting Parents And Caregivers Date: April 4, 2025 / May 23, 2025 / June 20, 2025 Venue: Pinamalayan Pax: 50 X 3 Days Amount: 120 Day 1 Day 2 Day 3 Am Snack Empanada Bottled Water Am Snack Ube Ensaymada Bottled Water Am Snack Spaghetti Bottled Water Pm Snack Chicken Sandwich Bottled Water Pm Snack Ham Sandwich Bottled Water Pm Snack Tuna Sandwich Bottled Water Menu Title Of Activity: Regular Meetings Of Bakuna Champions Oversight Committee/ Local Health Board Date: February 26, 2025 / March 26, 2025 / April 30, 2025 / May 21, 2025 / June 25, 2025 Venue: Pinamalayan Pax: 15 X 5 Days Amount: 120 Day 1 Day 2 Day 3 Day 4 Day 5 Am Snack Cheese Pimiento Sandwich Bottled Water Am Snack Pancit Bihon Bottled Water Am Snack Spaghetti Bottled Water Am Snack Special Mamon Bottled Water Am Snack Empanada Bottled Water Pm Snack Ube Ensaymada Bottled Water Pm Snack Ham Sandwich Bottled Water Pm Snack Toasted Siopao Bottled Water Pm Snack Tuna Sandwich Bottled Water Pm Snack Cheese Pimiento Sandwich Bottled Water Menu Title Of Activity: Collect Monitoring Data On Key Indicators Date: June 12, 2025 Venue: Pinamalayan Pax: 45 Amount: 320 Am Snacks Pancit Bihon Bottled Water Lunch Chicken Afritada Rice Banana Bottled Water Pm Snacks Ube Ensaymada Bottled Water After Having Carefully Read And Accepted Your Terms And Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No./cellphone No./e-mail Address Position Tin No. This Is To Certify That The Undersigned Conducted This Request For Quotation/proposal For The Above Stated Items. End User Representative
Closing Soon6 Feb 2025
Tender AmountPHP 197 K (USD 3.3 K)
BARANGAY MINTAC, CATAINGAN, MASBATE Tender
Philippines
Details: Description Republic Of The Philippines Province Of Masbate Municipality Of Cataingan Barangay Mintac February 3, 2025 Invitation To Apply For Eligibility And To Bid The Barangay Mintac, Through Its Bids And Award Committee (bac), Invites Contractors Registered With And Classified By The Philippines Contractor Accredited Board (pcab) Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Item No. Procurement Of Civil Works Abc Amount Contract Time 1. Construction Of Covered Court (phase Ii) =p=643,463.00 120days Total Project Cost =p= 643,463.00 Prospective Bidders Should Possess A Valid Pcab Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Abc Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As Preliminary Examination Of Bids. The Bac Will Conduct Post Qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post- Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a 9184 And Its Implementing Riles And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Activities Schedule/time 1. Deadline Submission Of Loi/submission Of Eligibility Requirements February 3-24, 2025 3. Issuance Of Documents February 3-24,2025 4. Pre-bid Conference February 10 , 2025 (9:00a.m Office Of The Brgy. Captain) 5. Deadline Of Submission Of Bids February 24, 2025(9:00a.m Office Of The Brgy. Captain) 6. Opening Of Bid February 24, 2025(9:00a.m Office Of The Brgy. Captain) The Bac Will Issue To Prospective Bidders Eligibility Forms At Office Of The Bac Secretariat. After Their Submission Of A Loi. Prospective Bidders Shall Submit The Eligibility Requirements To The Bac At The Said Address. They May Also Obtain The Results The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount Of Five Hundred Pesos Only (500.00) To The Barangay Treasurer. The Barangay Mintac Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved: Eladio Franscisco Bac Chairman Noted : Hon. Gringo Pasaylo Barangay Captain/head Of Procuring Entity Dates Of Publication: February 3-9, 2025
Closing Date24 Feb 2025
Tender AmountPHP 643.4 K (USD 11 K)
Department Of Public Works And Highways Tender
Philippines
Details: Description Invitation To Bid For Doh Health Facilities Enhancement Program (hfep) - Lgu Hospitals – Dr. Florentino C. Doble Memorial Hospital, Province Of Zambales, Contract Id No. 24c00637. 1. The Dpwh-regional Office Iii, Through The Fy 2024 Intends To Apply The Sum Of P29,849,098.22 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh Health Facilities Enhancement Program (hfep) - Lgu Hospitals – Dr. Florentino C. Doble Memorial Hospital. Contract Id No. : 24c00637 Locations : Province Of Zambales Scope Of Works : Building Approved Budget For The Contract : P29,849,098.22 Contract Duration : 180 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03 - 25, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference On February 13, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From February 03 To 25, 2025 Before 10:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Ignacio F. Evangelista Chief, Legal Division Bac-chairman Date Of Issue: February 03, 2025
Closing Date25 Feb 2025
Tender AmountPHP 29.8 Million (USD 510.5 K)
41-50 of 6188 active Tenders