Civil Work Tenders
Civil Work Tenders
Offizielle Bezeichnung Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Germany
Closing Date16 Oct 2025
Tender AmountRefer Documents
Description: Preliminary information for the purpose of shortening the deadline for receipt of offers - general guidelines (construction work) New research building for materials and energy. GC-ELMAR, JLU Gießen The two-storey new building extends over an area of approx. 70m x 41m (or 56m) and is almost entirely provided with a basement. The flat roof is extensively planted with greenery and equipped with a photovoltaic system. The overall appearance of the research building is derived from the functional division of the building into a laboratory and an office area. Both functions interlock in an L-shape and form a light well between them. In the basement, the floor heights are adapted to the use. The building's ventilation center is installed in the southern, sunken area, and the area below the technical center is intended to house the unit for the drying room. On the ground floor and upper floors, the interlocking L-angles form the total cubature of the building. To the north, there is a single-storey extension that contains the subordinate rooms such as the central waste station, transformer rooms and the central gas station. New research building for materials and energy. GC-ELMAR, JLU Gießen For your information! This is preliminary information - applications are only possible after the publication/announcement of the tender for the respective specialist lot (trade). Award procedures are carried out according to specialist lots (trades). More detailed information on the individual specialist lots can be found in the announcements for these specialist lots. Subject to change, tenders are planned for the following services: - Shoring and earthworks - Shell construction work - Facade construction - Metalwork, locksmithing - Painting and interior plastering work - Drywall work - Screed work - Floor covering work - Tiling work - Carpentry work, permanent installations - Glare protection, black-outs - Cleaning work (construction cleaning) - Sanitary installations, water and sewage installations - Heating and cooling systems - Air conditioning systems - Insulation on technical systems - Building automation (MSR) - Laboratory construction - Electrical installations (high current, NEA, lightning protection and earthing systems, PV systems, low current, lighting, fire alarm systems, BOS, telecommunications and information technology systems, raised floors) - Elevator system - Construction work for outdoor facilities (terrain areas, paved areas, building construction in outdoor facilities, landscaping work) - Civil engineering work The services are mostly advertised and awarded in individual specialist lots/as individual trades. The tenders for the civil engineering work (infrastructure) are planned for the 3rd quarter of 2023. The remaining tenders are planned for the period from the 1st quarter of 2024 to the 3rd quarter of 2025. Wednesday, 16 October 2024, 11:26 A.0435.200703
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Civil And Construction...+1Pipe Line Project
Eprocure
India
Closing Date12 Feb 2025
Tender AmountRefer Documents
Details: Civil - Improvement works - Strengthening the pipe rack structure and supports and other allied works in DM Plant Phase-I building at VGTPS/Ramanathapuram.
Maharashtra State Power Generation Company Limited - MAHAGENCO Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
India
Closing Date25 Feb 2025
Tender AmountRefer Documents
Description: Tender On Epc Basis For Design, Engineering, Manufacturing, Inspection, Works, Supply At Site, Civil Structural Works
Etat De Vaud Direction G N Rale Des Immeubles Et Du Patrimoine DGIP Direction De L'ing Nierie, De L'architecture Et De La Durabilit DIAD Tender
Others
Switzerland
Closing Date21 Feb 2025
Tender AmountRefer Documents
Description: Switzerland – Works For Complete Or Part Construction And Civil Engineering Work – Renforcement Structurel Et Assainissement Thermique De La Toiture De L’aula Des Cèdres - Hep Lausanne
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
Details: The Work For This Project Includes The Construction (design-bid-build) Of A Guam Defense Radar System Command Center (cc), Power Generation Facility, Switchgear Building, Fuel Storage Facility, Entry Control Facility, And Associated Equipment. The Cc Will Include Functional Areas To Accommodate Personnel, Computing Equipment, User Interfaces, And Communications Needed For Planning, Controlling, And Directing Mission Activities. The Power Generation Facility Will Provide Power Via The Switchgear Facility For The Command Center And Associated Infrastructure With Fuel From The Storage Facility Consisting Of Above Ground Fuel Tanks, Fuel Off-loading Infrastructure, And Associated Containment. The Cc Facility And Power Generation Facility Will Be Designed For Risk Category Iv To Meet Site Specific Ground Motion And Seismic Requirements To Include Base Isolation. construction Scope And Methods That Will Be Required As Part Of This Project Include, But Are Not Limited To: demolition Of Existing Housing Units And The Associated Mitigation/disposal Of Asbestos, Lead Contaminated Materials, And Pesticide Contaminated Soil civil Site Work, Including Grading, Paving, And Retaining Walls concrete Construction Meeting The Requirements Of Icc-500 Storm Shelter And Including Coordination Of Cast-in-place, Tilt-up, And Precast Elements 150 Foot Galvanized Steel Antenna Tower And Associated Foundation seismic Isolation Bearings Requiring A Specialized Installation Procedure And Building Erection Sequence Involving Extensive Construction Shoring And Bracing protection Measures For Nonstructural Components, Including Flex Loops For Piping & Conduit To Accommodate Seismic Movement security Infrastructure Includes Real Property Features To Support The Installation Of Security System Level (ssl)-c And Integrated Electronic Security System (iess), Site Security Measures, Entry Control, And Material Procurement & Inspection Requirements facilities Will Be Designed To Provide Cyber Security Engineering And Validation control System Integration Requiring The Aggregation Of Multiple Control Systems, Including Building Controls, Fuel System Controls, And Utility Controls complex Schedule Due To The Nature Of The Concrete & Isolated Foundation Construction, Long Lead Times For Major Equipment Such As Tier 2 Emergency Generators And Mechanical Equipment, And Multiple Joint Occupancy Date (jod) Milestones In The Construction Schedule To Accommodate Work Of Other Contractors Outfitting Systems, Installing Equipment, And Integrating Controls electrical (lighting And Distribution), Fiber Optic And Telecommunications, Fire Protection, Sanitary Sewer, And Storm Drainage the Work Will Include Four (4) Pre-priced Options. Option 1 Is The Price For One Generator And Fuel Tank #2. Option 2 Is The Price For One Generator. Option 3 Is The Price For One Generator. Option 4 Is The Price For The Uninterruptible Power Supply In The Command Center. Option 5 Is The Price For B-side Systems And Equipment In The Power Plant And Command Center. In Accordance With Far 52.217-7 Option For Increased Quantity – Separately Priced Line Item, The Government May Exercise The Options By Written Notice To The Contractor Within 365 Days Of Contract Award. the Magnitude Of This Project Is Estimated Between $250,000,000 And $500,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Is $45.0 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,323 Calendar Days. a Sources Sought Notice (n62742gdscc) For This Procurement Was Posted On 16 March 2024 On The System For Award Management (sam) Website Https://www.ssam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision. this Is A Best-value, Trade Off Source Selection Procurement Requiring The Submission Of Both Non-price And Price Proposals. All Technical Factors, When Combined Are Of Equal Importance To Past Performance; And All Evaluation Factors Other Than Price, When Combined, Are Approximately Equal To Price. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars. contract Award Will Be Made To The Responsible Offeror Whose Offer, Conforming To The Solicitation, Is Determined To Be The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Technical Factors. The Technical Factors Are As Follows: (1) Experience, (2) Small Business Utilization And Participation, (3) Safety, (4) Management Plan, And (5) Past Performance. For Evaluation Of Experience And Past Performance, A Relevant Construction Project Is Defined As: new Construction Of An Administrative, Office Or Communications Facility Approximately $80 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of Issuance Of The Solicitation. new Construction Of A Secure Space Conforming To The Requirements Of Icd-705 Approximately $10 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of The Issuance Of The Solicitation. new Construction Of Essential Facilities Located In Moderate To High Seismic Areas Approximately $80 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of The Issuance Of The Solicitation. “moderate To High Seismic Areas” Are Defined As Geographic Areas With A Peak Ground Acceleration (pga) Greater Than 0.5g And A Probability Of Ground Motion Exceedance Equal Or Less Than 2% In 50 Years. The Whole Building Design Guide (wbdg) Structural Load Tool For Ufc 3-301-01 Can Be Used To Identify The Pga Of Geographic Areas. This Tool Can Be Found At Structural Load Data Tool For Ufc 3-301-01 | Wbdg - Whole Building Design Guide. Examples Of Areas With These Characteristics Include But Are Not Limited To Guam, California, Alaska, And Japan. the Request For Proposal (rfp) Will Be Available On 30 October 2024. Printed Copies Of The Rfp Will Not Be Issued. The Rfp, Including The Specifications And Drawings, Can Be Accessed Via The System For Award Management (sam) Website At Https://sam.gov/. Contractors Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation. a One-time Pre-proposal Site Visit Has Been Scheduled For 11 December 2024, 9:00 A.m. Chamorro Standard Time (chst). The Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered, And It Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms: base Access Request – Contractor Memo (fill-in Information In Red). iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.) base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass) foreign National Access Request Form contractor Policy Update Memo either A U.s. Passport Or Real Id Act Driver’s License/id the Completed Forms Shall Be Submitted To Dayna Matsumura, Contract Specialist, At Dayna.n.matsumura.civ@us.navy.mil On Or Before 14 November 2024, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base. please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit. the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release. upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance. on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 115.4 Million (USD 1.9 Million)
Details: Description Invitation To Bid For Road Widening- Primary Roads- Maharlika Highway (lanao- Pagadian- Zamboanga City Road), K 1775+238.84 - K 1775+996.00, K 1777+846.00 - K 1777+928.00, K 1777+976.00 - K 1778+568.00, K 1778+662.00 - K 1780+521.00 1. The Dpwh Regional Office Ix Through The Gop Cy 2025 Intends To Apply The Sum Of Php115,486,370.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25j00032 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Regional Office Ix Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Road Widening - Primary Roads- Maharlika Highway (lanao- Pagadian- Zamboanga City Road), K 1775+238.84 - K 1775+996.00, K 1777+846.00 - K 1777+928.00, K 1777+976.00 - K 1778+568.00, K 1778+662.00 - K 1780+521.00, Contract Id No. : 25j00032 Locations : Zamboanga Sibugay 2nd Deo, K 1775+238.84 - K 1775+996.00, K 1777+846.00 - K 1777+928.00, K 1777+976.00 - K 1778+568.00, K 1778+662.00 - K 1780+521.00,, Net Length: 3,290.16 Ln.m./3.29 Km/6.580 Lane Km Scope Of Works : Road Widening Approved Budget For The Contract : Php115,486,370.00 Contract Duration : 212 Calendar 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 General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ix And Inspect The Bidding Documents At Veterans Avenue Extension, Tetuan, Zamboanga City During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On October 10, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Regional Office Ix Will Hold A Pre-bid Conference On October 17, 2024 (2:00pm) At Dpwh Conference Room, Veterans Avenue Extension, Tetuan, Zamboanga City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r9@dpwh.gov.ph For Electronic Submission On Or Before October 30, 2024 At 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On October 30, 2024 At 10:00am At Dpwh Conference Room, Veterans Avenue Extension, Tetuan, Zamboanga City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Regional Office Ix Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Jasmen J. Pablo, Mpa Engineer Iii Acting Head, Procurement Unit 062-975-6739 Pablo.jasmen@dpwh.gov.ph
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 72.3 Million (USD 1.2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00006 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Aritao - Quirino Road, Package 1, Quirino 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱72,375,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00006: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Aritao - Quirino Road, Package 1, Quirino. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of Missing Links/ New Roads - Aritao - Quirino Road, Package 1, Quirino Contract Id No. : 25b00006 Location : Aglipay, Quirino Brief Project Description : Construction Of Pccp Road, Length = 3,345 Ln.m., 6.690 Lane Km, With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Environmental Management And Monitoring Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, (0.15m And 0.28m) Thick, 14-day Concrete Road/bridge Construction • Paint Drainage And Slope Protection Structures • Stone Masonry Miscellaneous Structures • Curb And Gutter Cast In Place • Metal Guardrail (metal Beam) Including Post Single W-beam • Metal Beam End Piece Bull Nose • Road Signs (warning, Traffic Instruction) • Hazard Markers Chevron Signs • Trees (furnishing And Transplanting) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) Approved Budget For The Contract (abc) : ₱72,375,000.00 Contract Duration : 188 Calendar Days Inclusive Of 14 Unworkable/rainy Days, 37 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcp - Roads: Construction – Pccp. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. 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. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025, From The Address Given 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 Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 22, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 15 - 21, 2025 Conspicuous Place (procurement Bulletin Board): January 15 - 21, 2025
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 17.6 Million (USD 301.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid (rebidding) For Construction Of Sibalom River Flood Control Structure,tigbauan, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 17,640,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0050 – Construction Of Sibalom River Flood Control Structure,tigbauan, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Sibalom River Flood Control Structure,tigbauan, Iloilo Contract Id No. : 25gf0050 Locations : Tigbauan, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Approved Budget For The Contract : Php 17,640,000.00 Contract Duration : 134 Calendar 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 (small B) For Ge-2. 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 Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 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 Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, 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. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. 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. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 9.9 Million (USD 170.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid (rebidding) For Construction Of Multi-purpose Building Phase Ii, San Joaquin, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 9,949,500.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0018 – Construction Of Multi-purpose Building, Phase Ii San Joaquin, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building Phase Ii, San Joaquin, Iloilo Contract Id No. : 25gf0018 Locations : San Joaquin, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Division I. General Part C. Earthwork Part D. Reinforced Concrete Division Ii. Buildings Part E. Finishing And Other Civil Work Part F. Electrical Approved Budget For The Contract : Php 9,949,500.00 Contract Duration : 128 Calendar 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 (small B) For Gb-1. 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 Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23 – February 13, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 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 Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, 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. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 13, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. 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. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
6361-6370 of 6511 active Tenders