Earthwork Tenders

Earthwork Tenders

Municipality Of Virac , Catanduanes Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Invitation To Bid The Municipal Government Of Virac, Intends To Apply The Sum Shown Below Being The Approved Budget For Contract (abc) To Payments Under The Contract/project Below. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. The Municipal Government Of Virac, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project/s: Name Of Project/contract/ Activities Location/ Department Brief Description Approved Budget For The Contract Contract Duration/ 1. Id No. Inf-02-25-022 – Cluster 1 -construction/improvement / Rehabilitation Of Drainage System Virac Public Market, Concepcion, Gianan St., Rawis, Tubaon & Marcelo Alberto, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Removal Of Actual Structures/obstruction, Structure Excavation, Aggregate Base Course, Manholes, Inlets & Catch Basins, Metal Structures P2,750,000.00 20% Ldf – Cy 2025 180 Cal. Days 2. Id No. Inf-02-25-023 – Cluster 2 – Rehabilitation / Improvement Of Comfort Rooms Virac Plaza Rizal, Salvacion & Virac Public Market, Concepcion Virac, Catanduanes Furnishing Materials, Labor And Equipment: Removal Of Structure & Obstruction, Doors & Windows, Plumbing Works, Tile Works, Painting Works P800,000.00 20% Ldf – Cy 2025 75 Cal. Days 3. Id No. Inf-02-25-024 – Cluster 3 – Road Concreting Pedro Guerrero St., Gogon Centro & Purok 4, Francia, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Subbase And Base Course, Surface Course, Finishing & Other Civil Works Drainage Works P1,500,000.00 20% Ldf – Cy 2025 105 Cal. Days 4. Id No. Inf-02-25-025 – Installation Of Roadway Lighting, Cctv System & Fire Alarm System Slaughterhouse, Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Electrical Works, Fire Alarm System, Fire Extinguisher, Solar Led Street Lights, Cctv System P1,500,000.00 20% Ldf – Cy 2025 45 Cal. Days 5. Id No. Inf-02-25-026 – Construction Of Transformer Pad Slaughterhouse, Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Plain & Reinforced Concrete Works, Finishing Works, Electrical Works P300,000.00 20% Ldf – Cy 2025 30 Cal. Days 6. Id No. Inf-02-25-027 – Construction Of Drainage Canal With Cover Along Virac “aa” Slaughterhouse, Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Subbase And Base Course, Drainage And Slope Protection Structures, Mechanical Works P5,000,000.00 Dbp Loan 75 Cal. Days 7. Id No. Inf-02-25-028 – Construction Of Butcher’s Quarter Virac “aa” Slaughterhouse, Bigaa,virac, Catanduanes Furnishing Materials, Labor And Equipment: Civil, Mechanical, Electrical And Sanitary / Plumbing Works, Plain And Reinforced Concrete Works, Finishing & Other Civil Works P2,000,000.00 Dbp Loan 90 Cal. Days 8. Id No. Inf-02-25-029 – Improvement Of Perimeter Fence Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Civil, Mechanical, Electrical And Sanitary / Plumbing Works, Plain And Reinforced Concrete Works, Finishing & Other Civil Works P5,000,000.00 Dbp Loan 130 Cal. Days 9. Id No. Inf-02-25-030 – Construction Of Guardhouse Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Plain And Reinforced Concrete Works, Finishing Works, Electrical Works P700,000.00 Dbp Loan 45 Cal. Days 10. Id No. Inf-02-25-031 – Construction Of Perimeter Fence @ Swamp Land Palnab Del Sur, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Clearing & Grubbing, Structure Excavation, Forms & Falseworks, Reinforced Concrete P13,000,000.00 Dbp Loan 180 Cal. Days 11. Id No. Inf-02-25-032 – Improvement Of Slaughterhouse Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Painting Works, Carpentry Works, Installation Of Doors And Windows P1,200,000.00 Dbp Loan 30 Cal. Days 12. Id No. Inf-02-25-033 – Improvement/repair. Rehabilitation Of Municipal Buildings Salvacion, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Civil, Mechanical, Electrical And Sanitary/plumbing Works, Plain And Reinforced Concrete Works, Finishing Works And Other Civil Works, Electrical Works P35,500,000.00 Dbp Loan 240 Cal. Days Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. The Bidders Is A Filipino Citizens/sole Proprietorships, Partnerships, Or Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To The Citizens Of The Philippines. The Description Of An Eligible Bidder Contained In The Bidding Documents, Particularly In Section Ii. Instruction To Bidders. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee (see Below For Schedule) To The Municipal Treasurer’s Office Cashier. Project Worth/abc Amount 1. 500,000 And Below 500.00 2. More Than 500,000 Up To 1 Million 1,000.00 3. More Than 1 Million Up To 5 Million 5,000.00 4. More Than 5 Million Up To 10 Million 10,000.00 5. More Than 10 Million Up To 50 Million 25,000.00 6. More Than 50 Million Up To 500 Million 50,000.00 7. More Than 500 Million 75,000.00 The Complete Schedule Of Bac Activities Is Listed As Follows: Activities Schedule 1 Pre-procurement Conference February 19, 2025 @ 2:00 P.m. 2 Issuance And Availability Of Bidding Documents February 21 – March 13, 2025 3 Pre-bid Conference February 28, 2025 @ 2:00 P.m. 4 Opening Of Bids And Eligibility Check March 13, 2025 @ 2:00 P.m. 5 Bid Evaluation March 14, 2025 6 Post Qualification March 15 – 19, 2025 7 Approval Of Bac Resolution/issuance Of Notice Of Award March 19 – 20, 2025 8 Contract Preparation And Signing / Notice To Proceed March 21 – 24, 2025 All Prospective Bidders Shall Be Subject To Eligibility Check, Screening By The Bac For Purposes Of Determining Whether They Are Eligible To Participate In The Bidding Process Using Non-discretionary “pass/fail” Criteria. Further, All Bids That Have Been Passed The Eligibility Shall Be Preliminary Examined And Shall Undergo A Detailed Evaluation Based On The Extent Of Their Compliance With The Technical And Financial Proposals. Furthermore, Bids That Have Been Rated “passed” During The Opening And Preliminary Examination Thereof Shall Be Post Evaluated To Verify And Validate The Legal, Technical And Financial Requirements Of The Bid, And To Determine Whether The Bidder Complies And Is Responsive To All The Requirements And Conditions For Eligibility And The Bidding Of The Contract. Interested Bidders May Secure And Shall Only Be Issued Eligibility Requirements And Bid Documents From The Bac Secretariat Before The Scheduled Date Of Eligibility Check And Opening Of Bids Upon Payment Of The Corresponding Non-refundable Amount Therefore Before The Office Of The Municipal Treasurer/cashier In Accordance With The Standard Rates Set Forth Under Guidelines On The Sale Of Bidding Documents (handbook On Philippine Government Procurement – (the 2016 Revised Implementing Rules & Regulations Of Republic Act No. 9184 Otherwise Known As The Government Procurement Reform Act.) The Municipal Government Of Virac Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. Virac, Catanduanes, February 20, 2025 For Further Information, Please Refer To: Michael O. Guerrero Senior Administrative Assistant Iii Head, Bac Secretariat Bac Office Lgu-virac Compound Virac, Catanduanes Jose G. Taraya Municipal Administrator Bac Vice-chairman Noted: Samuel V. Laynes Municipal Mayor Date Of Postings: February 21 – 27, 2025 Posted At Philgeps, Municipal Hall, Provincial Capitol & Virac Public Market Bulletin Board
Closing Date13 Mar 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description 25go0148 - Construction Of A Multi-purpose Building In Bacolod City, Negros Occidental 1. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Bacolod City District Engineering Office Now Invites Bids For The Hereunder Works: Locations: Brgy. Handumanan, Bacolod City, Negros Occidental Scope Of Works: Construction Of Multi-purpose Building Which Includes Permits And Clearances, Dpwh Project Billboards/signboard, Occupational Safety And Health, Mobilization / Demobilization, Earthworks, Structural Concrete (class A, 28 Days), Reinforcing Steel (deformed, Grade 40), Formworks And Falseworks, Finishing And Other Civil Works (such As Sewer Line Works, Plumbing Works, Ceiling, Doors And Windows, Pre-painted Metal Roofing And Accessories, Glazed Tiles And Trims, Cement Plaster Finish, Painting Works, Metal Deck Panel, Aluminum Cladding, 100mm And 150mm Chb, Structural Steel And Accessories), Electrical Works W/ Cctv System, Airconditioning (2-1.5hp Inverter Split Type), Airconditioning (2-4.0hp Inverter Package Type), And Automatic Fire Alarm System Approved Budget For The Contract: P 9,900,000.00 Contract Duration: 240 Calendar Days Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D (small B). 4. 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. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor's Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 5. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 6. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Bacolod City District Engineering Office And Inspect The Bidding Documents At Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 21– March 11, 2025 From Given Address 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. 8. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Department Of Public Works And Highways Bacolod City District Engineering Office Will Hold A Pre-bid Conference On February 28, 2025 @ 10:00 A.m. At The Bac Conference Room Of Dpwh - Bacolod City District Engineering Office, Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bacolodcity@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025, 9:00 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 March 11, 2025, Immediately After The Deadline For The Submission Of Bid, At The Bac Conference Room Of Dpwh - Bacolod City District Engineering Office, Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City And/or Through Zoom. 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 Department Of Public Works And Highways Bacolod City 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 Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Helen S. Esperancilla Bac Secretariat Head (034)433-2804, Local 60618 Esperancillahelen@gmail.com / Procurementbcdeo@gmail.com Ferdinand S. Magada Bac Chairperson (034)433-2804,local 60621 Magada.ferdinand@dpwh.gov.ph
Closing Date11 Mar 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)

Magistrat Der Stadt Hessisch Lichtenau Tender

Civil And Construction...+1Civil Works Others
Germany
Description: Public tender Vob/a fire water cistern in the district of Hirschhagen The city of Hessisch Lichtenau is planning to build a fire water cistern in the district of Hirschhagen in a round design made of reinforced concrete with a capacity of around 200 m³ in order to ensure the fire water supply in the town in the long term. ... Morethe city of Hessisch Lichtenau is planning to build a fire water cistern in the district of Hirschhagen in a round design made of reinforced concrete with a capacity of around 200 m³ in order to ensure the fire water supply in the town in the long term. The following is planned: Earthworks: Approx. 425 m³ of excavated soil Foundation work: Create approx. 25 m³ of frost protection layer D = 30 cm Create approx. 75 m² of separating fleece (geotextile) Create approx. 10 m³ of concrete C20/25 D = 30 cm Concrete and reinforced concrete work: 1x fire water cistern made of reinforced concrete At least. C25/30 manufacture (diameter in clear = 8.00 m and wall height in clear = 4.00 m) 1x ventilation pipe Dn 150 supply and install 1x information sign with post supply and install 2x suction pipes Dn 125 supply and install 1x overflow pipe Dn 100 supply and install 1x access shaft Dn 800 supply and install 1x shaft cover surface watertight supply and install Surface restoration: approx. 115 m² of lawn seed produce
Closing Date18 Mar 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Guinayangan -tagkawayan Diversion Road, Package C, Quezon Contract Id No. : 25d00028 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Limited To The Construction Of The Substructure Of The Bridge At Pier “4” , “5” And “6” Composing Of Remaining 7 Pcs Bored Pile At Pier 4 With Pile Cap And Column, 10 Pcs Bored Pile At Pier 5 With Pile Cap, 10 Pcs Bored Pile At Pier 6 And Other Miscellaneous Items Of Work. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Bridge: 640.00 L.m. (8,960.00 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Guinayangan -tagkawayan Diversion Road, Package D, Quezon Contract Id No. : 25d00035 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Limited To The Construction Of The Superstructure Of The Bridge At Pier “4” With A Length Of 100 Meters And 14meters Wide And Other Miscellaneous Items Of Work. Approved Budget For The Contract : ₱48,250,000.00 Net Length : Bridge : 640.00 L.m. (8,960.00 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Dpwh Regional Office Iv-a Building, Barangay Mayapa, Calamba City, Laguna (phase Iii) Contract Id No. : 25d00075 Contract Location : Laguna Province Scope Of Works : Architectural - Qahd Logo And Letters - 4.5mm Fiber Cement Board On Metal Frame (ceilings And Walls) - Wall - Doors And Windows - Finishing Hardware - Waterproofing - Tile Works - Cement Floor Finish, Colored - Cement Plaster Finish - Tile Works (unglazed, Glazed, And Vinyl Floor Tile) - Painting Works (masonry/concrete And Steel) - All Chb Masonry Walls: 150mm Thk - Railing Structural - Metal Structures: Tubular Wall Cladding And For Pergola/ Canopy Electrical - Conduit, Boxes, And Fittings (conduit Works/ Conduit Rough-in) - Wires And Wiring Devices - Panel Board With Main And Branch Breakers - Lighting Fixtures Plumbing - Catch Basin - Sewer Line Pipes And Fittings - Plumbing Fixtures - Plumbing Works - Storm Drain Line Pipes And Fittings Mechanical - Air Conditioning System (vrf/ Vrv) - Automatic Fire Sprinkler System Electronics - Network Cabling - Cctv System - Public Address System - Fire Alarm System Approved Budget For The Contract : ₱67,550,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Msr Jct Canda - Hondagua Roma Point - Quezon Road, Quezon, Package A Contract Id No. : 25d00109 (re-advertisement) Contract Location : Quezon Province Scope Of Works : Opening Of 2 - 4 Lane Gravel Road Up To Concreting Using (0.30 M. Thick Pccp), Aggregate Subbase Course (0.15 M. Thick), Portland Cement Stabilized Roadmix Base Course (0.15 M. Thick), Gravel Shoulder, Installation Of Pavement Markings And Road Signs. Approved Budget For The Contract : ₱96,500,000.00 Net Length : 1,370.00 L.m. (5.48 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0033 + 742 - K0034 + 120, K0034 + 914 - K0035 + 000 Contract Id No. : 25d00122 (re-advertisement) Contract Location : Laguna Province Scope Of Works : Proposed 4-lane Asphalt Overlay With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick With Reconstruction Of Concrete Pavement 0.30m Thick And Reconstruction Of Reinforced Concrete Line Canal On Both Sides. Approved Budget For The Contract : ₱56,711,120.00 Net Length : Asphalt Overlay - 1.888 Lane Km (472.00 L.m.); Drainage Along Road - 520.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Multi-purpose Building, Pup, Santo Tomas, Batangas Contract Id No. : 25d00195 Contract Location : Batangas Province Scope Of Works : Structural - Earthworks (cistern) - All Structural Works From 3rd To 5th Floor - All Roofing Works (trusses, Purlins And Sagrods) Architectural - Roofing Sheet And Accessories - Ceiling Works - All Cement Plaster Finish Works - All Chb Masonry Walls: Exterior (150mm Thk.) - Painting Works For Masonry/concrete (gf To 2nd Floor) - Painting Works For Steel (all Floors) - Installation Of Doors And Windows - Installation Of Aluminum Glass Windows - Installation Of Unglazed, Glazed, And Vinyl Floor Tiles For Floor Finish (gf To 2nd Floor) - Waterproofing Works Plumbing - Sewer Line Pipes And Fittings - Water Line Pipes And Fittings - Catch Basin - Plumbing Fixtures (kitchen Sink) - Floor Drain Plates Electrical And Auxiliaries - Fittings And Accessories - Panel Boards With Main & Branch Breakers (gf To 3rd Floor) - Electric Wires (3.5mm2, 5.5mm2, 8.0mm2, 14.0mm2, 50.0mm2, 100.0mm2, And 250.0mm2) - Lighting Fixtures (gf To 2nd Floor) - Wires And Wiring Devices - Grounding System Mechanical - Installation Of Air Conditioning Units (gf To 2nd Floor) Ece - Roughing-in For Auxiliary System Approved Budget For The Contract : ₱96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities Construction Of Flood Control Structures At Barangay Palico, Imus, Cavite Contract Id No. : 25d00196 Contract Location : Cavite Province Scope Of Works : Construction Of 0.25m X 0.50m Parapet Wall And 0.50 X 0.60m Pile Cap Supported By Type Ii Steel Sheet Pile (l= 11.00m). Construction Of 0.20m Thk Portland Cement Concrete Pavement (reinforced) With 0.20m Thk Aggregate Subbase Course And 0.30m X 0.60m Edge Beam. Approved Budget For The Contract : ₱49,500,000.00 Net Length : Flood Protection : 271.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links / New Roads General Aguinaldo - Magallanes - Nasugbu Road (east - West Road), Nasugbu Section, Package 2, Batangas Contract Id No. : 25d00208 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Portland Cement Concrete Pavement Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Installation Of Active Protection System, Construction Of Open Lined Canal. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 7128.20 Sq.m (rock Netting) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Roads Bacoor-dasmariñas National Rd - K0017 + 500 - K0019 + 000, K0019 + 664 - K0021 + 511 Contract Id No. : 25d00210 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay And Road Widening Rc Box Culvert (2.40m X 2.40m). Approved Budget For The Contract : ₱241,250,000.00 Net Length : Asphalt Overlay = 3.366 Km (10.037 Lane Km); Road Widening = 482.00 L.m. (0.482 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/new Roads General Aguinaldo-magallanes-nasugbu Road (east-west Road), Silang - Amadeo Section, Package 1, Cavite Contract Id No. : 25d00211 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 20.78 Lane Km., Concrete Reblocking Of Various Sections As Needed And Installation Of Road Safety; Solar Streetlights. Thermoplastic Pavement Markings Shall Be Applied After Asphalt Overlay. Approved Budget For The Contract : ₱337,750,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 13, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 13, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 20, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date13 Mar 2025
Tender AmountPHP 337.7 Million (USD 5.8 Million)

Municipality Of Carmen, Bohol Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description I. Project Description The Project Involves The Design And Build Of A 3 Mld Water Treatment Facility, Inclusive Of A 3 Mld Water Treatment Plant (wtp), Raw Water Abstraction Facility, Raw Water Pipeline, Raw Water Impounding Lagoon, Product Pumping Station, 3 Phase Power Transmission Line And Product Water Transmission And Distribution Pipelines To Barangays Poblacion Norte And Poblacion Sur. It Also Includes One (1) Month Proving Period With Performance Guarantees On Specific Usages Of Power And Chemicals For The Production Of Potable Water That Meets The Philippine National Standards For Drinking Water. Ii. Conceptual Design The Project Concept Is To Construct A 3 Mld Water Treatment Facility Using Socon River As Raw Water Source. The Raw Water Will Undergo Series Of Processes To Remove Sediments, Microbes And Other Impurities To Ensure That The Water Reaching To The Consumers Complies With The Quality Set Forth In The Philippine National Standards For Drinking Water, Pnsdw. The Product Will Be Distributed To Barangays Poblacion Norte And Poblacion Sur. Iii. Proposed Project Components: 1. Raw Water Abstraction (intake) Facility 2. Raw Water Transmission Line 3. Impounding (raw Water) Lagoon 4. Lagoon Pumping Station 5. 3 Mld Water Treatment Plant 6. Residual Management Facility (sludge Lagoon) 7. Product Water Pumping Station 8. Power Supply 9. Product Water Transmission Line 10. Product Water Distribution Lines, Valves, Fittings And Other Appurtenances 11. Site Development • General Earthworks • Fence Below Are The Coordinates Of The Proposed Locations Of The Facilities: Table 1. Location Of The Proposed Facility Facilities Location Proposed Location Of The Facility 9°49’40” N, 124°12’43” E Iv. General Map Showing The Location Of The Proposed Water Treatment Facility V. Conceptual Design Of A 3 Mld Water Treatment Facility Vi. Approved Budget Of Contract The Total Capital Expenditure (capex) Requirement For This Project Is Php 115,000,000.00. The Project Is Financed Through A Term Loan Agreement With The Development Bank Of The Philippines. Progress Payments To The Contractor Shall Be Governed By The Terms And Conditions Set Forth In The Omnibus Term Loan Agreement And The Deed Of Undertaking, Duly Executed Between The Development Bank Of The Philippines And The Municipality Of Carmen, Bohol. Furthermore, These Payments Shall Adhere To The Pertinent Provisions Of The Implementing Rules And Regulations Of Republic Act No. 9184, The Relevant Coa Rules And Regulations, And Any Other Applicable Laws. These Terms And Conditions Are Hereby Formally Communicated To All Prospective Bidders Through This Provision. Table Below Summarizes The Component Cost Of The Capex. Capex Summary Component Cost, Php Site Development And Fencing Raw Water Abstraction Facility Raw Water Transmission Pipeline Raw Water Impounding Lagooon 3 Mld Water Treatment Plant Residual Management Facility Product Pumping Station Power Supply Product Water Transmission Pipeline Product Water Distribution Lines, Valves, Fittings And Other Appurtenances Engineering & Design Commissioning & Proving Period Temporary Facility Total Project Cost Php 115,000,000.00 Vii. Proposed Design & Construction Schedule The Project Must Be Completed Within One (1) Year From Receipt Of Notice To Proceed. Viii. Contractor’s Track Record And Performance Guarantee The Contractor Must Show Proof That It Has Previously Installed A Water Treatment Plant (“wtp”) With A Proven Capacity Of No Less Than 3.0 Mld Capable Of Treating River Water At Turbidity Level Up To 5,000 Ntu. The Said Wtp Should Demonstrate A Low Energy Consumption Not Exceeding 0.15 Kwh/m3 Within The Wtp Battery Limit. The Contractor Must Be Able To Successfully Demonstrate During The 7-day Performance Test That The Wtp Has Continuously Operated At A Production Rate Of No Less Than 3.0 Mld, Energy Consumption Not Exceeding 0.15 Kwh/m3 And Product Water Quality That Meets The Specifications Of The Philippine National Standard For Drinking Water. The Contractor Must Incorporate In The Design Of Its Wtp A Feature That Will Allow 100% Water Recovery And Zero Effluent Discharge. Ix. General Scope Of Works Of The Contractor The Contractor Is Required To Perform The Following Scope Of Works: 1. Review Of Existing Information Review The Basic Design Parameters And Detailed Scope Of Works. The Contractor Shall Ensure That It Has First-hand Information On The Site Development Plan, Construction Data, Geo-hazard Maps, Elevation And Other Gis Maps And Other Documents That Are Readily Available From The Project Owner. Such Will Be Used To Define Project Design Criteria And Serve As Basis For Any Changed Conditions And Establish Project Cost Estimates. Should Any Of These Data And Other Pertinent Data Be Unavailable, The Contractor Shall Carry Out The Needed Testing/investigation To Complete The Needed Design Data. 2. Field Survey And Site Inspection The Contractor Shall Conduct The Appropriate Site Survey Including Staking, Establishing Of Horizontal And Vertical Control Points, Benchmarks, Traverse And Profile Survey, And Stream Flow. 3. The Contractor Shall Have Inspected The Site And Its Surroundings And Orient Himself With The Following: A. Location And Nature Of Work; B. Climatic Conditions; C. Nature And Condition Of The Terrain; D. Geologic Conditions At The Site; E. Transportation And Communication Facilities; F. Availability Of Construction Materials, Labor, Water Services, Electric And Power Supply; G. Location And Extent Of Aggregate Sources; And H. Other Factors That May Affect The Cost, Duration And Execution Of The Work. 4. Pipeline And Structural Analysis The Contractor Shall Prepare The Necessary Structural Analyses, Calculations And Design Of Structural Members In Accordance With The National Building Code Of The Philippines, National Structural Code Of The Philippines And Other Relevant Codes. The Design Of The Main Structure And Its Appurtenances Shall Take Into Account Prevailing Conditions Of The Area To Attain The Optimum Safety Of The Whole Structure. The Contractor Shall Prepare The Pipeline Design On The Basis Of Data Obtained From Site Investigations And Survey Of The Proposed Water Source, Site For Water Treatment Plant, And The Location Of Pipelines, Materials And Other Investigations Necessary In Standard Engineering Practice To Ensure High Efficiency Of The Proposed Water System. 5. Hydraulic Analysis The Contractor Shall Make A Hydraulic Analysis That Form Part Of The Technical Documents To Be Submitted To Ascertain That The Water System Could Provide The Required Flow And Pressure Based On The Designed Population And Planning Period. At The End Of The Design Stage, The Contractor Is Expected To Produce The Appropriate Design And Construction Plans. 6. Permits And Licenses The Contractor Shall Be Responsible For The Application Of Necessary Permits, Clearances And Licenses From Local And National Agencies Having Jurisdiction Over The Project. No Commencement Of The Project Without First Securing The Said Documents. 7. Construction Works The Contractor Shall Perform The Following Construction Activities But Is Not Limited To The Following: A. Mobilization/demolition The Contractor Shall Mobilize And Bring Out Into Work, All Personnel, Plant And Equipment, In Accordance With His Approved Construction Program, Equipment Moving And Utilization Schedule And Manpower Schedule, From Its Regular Place Of Business To The Site To Undertake The Contract. Mobilization Shall Include The Obtaining And Transporting To Jobsite Of Equipment, Materials, Tools, Personnel, Constructional Plant And All Necessary Items For The Execution And Completion Of The Work And Shall Also Include The Setting Up And Verification Of All Equipment And Instruments Until It Is Rendered Operable. Demobilization Shall Include Dismantlement And Removal From The Site Of The Contractor’s Materials And Equipment And All Temporary Facilities. It Shall Also Include A Clean-up Of The Site After Completion Of The Contract As Well As Transportation From The Site Of The Contractor’s Personnel. B. Site Clearing And Proper Waste Disposal General Site Clearing Operations Include The Removal Of Demolished Materials And Objectionable Matter, Protection And Clearing To Allow For New Construction. The Contractor Is Obliged To Provide Barricades, Coverings, Or Other Types Of Protection Necessary To Prevent Damages. Likewise, He/she Is To Dispose Of Materials, Trash And Debris In A Safe And Acceptable Manner In Accordance With Applicable Laws And Ordinances. Burying And Burning Of Trash And Debris At The Site Will Not Be Permitted. Trash And Debris Shall Be Removed From The Site At Regular Intervals To Prevent These From Accumulating And Ultimately Delaying The Course Of The Work. Site Works B.1. Excavation, Foundations, Anchorage The Design And Quality Of Structural Materials To Be Used Shall Be In Conformity To The Governing Laws And To The Acceptable Engineering Practices. Footings, Foundation Elements And/or Anchorage Systems Shall Be Of The Appropriate Type, Of Adequate Size/s And Capacity In Order To Safely Sustain The Superimposed Loads Under Seismic Forces, Lateral Earth Pressure Or Any Condition Of External Forces That May Affect The Stability Of The Structure. Excavated Soil Shall Be Coordinated With The Lgu-carmen For Proper Disposal. C. Conduct Of Potability Test After Project Completion And Commissioning, The Contractor Should Conduct Water Potability Test With The Presence Of The Representative Of The End-user. X. Specifications & Parameters A. Scope Of Design And Build Of The Water Treatment Facility And Related Works The Necessary Works For The Design And Build Of The Water Treatment Plant Including Raw Water Abstraction Facility And Pipeline, Product Pumping Station, Potable Water Transmission Pipeline, Power Supply, Metering House And Interconnection At The Delivery Points Shall Include But Not Be Limited To The Following: 1. Design And Construct A 3 Mld Raw Water Abstraction Facility And Raw Water Transmission Pipeline. 2. Design And Construct A 30,000 Cubic Meter Raw Water Impounding Lagoon. 3. Design And Construct A Water Treatment Plant (wtp) That Can Treat Raw Water With A Turbidity Of Up To 5,000 Ntu With 100% Water Recovery And Zero Effluent Discharge. 4. Design And Install A Product Pumping System That Will Pump The Potable Water To The Target Areas. 5. Design And Construct The Power Supply System Needed To Run The Water Treatment Facilities Inclusive Of 3-phase Power Transmission Line, Transformers And Standby Generator Set. 6. Design And Install Product Water Transmission Line And Distribution Line For The Target Service Areas. 7. The Product Pumping And Pipe Sizing Must Be Designed That There Will Be At Least 10 Psi During Peak Hours. 8. Conduct Soil Investigation And Topographic Survey Of The Wtp Site. 9. Design And Construct Associated Civil Works Including Site Development For The Water Treatment Facilities, Site Utilities, Water Supply, Sewer And Drainage System. The Civil Works Shall Include But Not Be Limited To Foundation Works, Formworks, Concreting, Painting And Fencing. 10. Design, Supply And Install All Mechanical And Electrical Components Including Lightning Protection System For The Water Treatment Facilities, Instrumentation And Control Equipment And Accessories That May Be Deemed Necessary For The Efficient And Ease Of Operation Of The Water Treatment Facilities. 11. Provide Appropriate Electromagnetic (if Applicable) Flow Metering Devices For Inflow And Outflow Measurements. 12. Design And Construct Support Facilities Such As Chemical Storage & Control Room, Fence, Road Network, Etc. 13. Supervise Commissioning And Performance Testing Of The Wtp For One (1) Month Upon Issuance Of Mechanical Completion. 14. All Other Works Which May Be Reasonably Implied Or Nor Explicitly Described But Are Needed To Have A Complete And Efficiently Functioning Plant Shall Be Implemented/constructed By The Contractor At No Additional Cost To The Procuring Entity. B. Performance Specifications Of The Water Treatment Facilities And Related Works 1. Design Flowrates The Water Treatment Facilities Shall Be Designed For A Capacity Of 3 Mld. 2. Required Treatment Facilities And Performance Efficiency A. The Treatment Plant Shall Produce Treated Water Effluent Conforming To The 2017 Philippine National Standards For Drinking Water (pnsdw) As Shown In Table Below. The Wtp, Intake And Related Facilities Shall Be Designed With Expected Life Of 25 Years. Table 1. 2017 Philippine National Standards For Drinking Water Parameter Unit Analysis Taste Unobjectionable Odor Unobjectionable Color Apparent Tcu 10 True Tcu 5 Turbidity Ntu 5 Aluminum Mg/l 0.20 Chloride Mg/l 250 Copper Mg/l 1.0 Hardness Mg/l 300 As Caco3 Hydrogen Sulfide Mg/l 0.05 Iron Mg/l 1.0 Manganese Mg/l 0.4 Ph 6.5-8.5 Sodium Mg/l 200 Sulfate Mg/l 250 Total Dissolve Solids Mg/l 600 Zinc Mg/l 5 Arsenic Mg/l 0.01 Boron Mg/l 0.5 Cadmium Mg/l 0.003 Lead Mg/l 0.01 Benzene Mg/l 0.01 E. Coli Or Thermo Tolerant (fecal) Coliform Bacteria No./100 Ml Nil B. Design And Operate The Plant Free From Any Discernable Odor And Noise Louder Than 55 Decibels At The Site Boundary. C. The Contractor Must Incorporate In The Design Of Its Wtp A Feature That Will Allow 100% Water Recovery And Zero Effluent Discharge D. The Annual Average Chemical Usage Should Not Exceed Php 1.00/m3 E. The Power Unit Usage Within The Proposed Wtp Battery Limit (excluding Intake And Product Pumping) Should Not Be More Than 0.15 Kwh/m3. F. The Raw Water Pipeline And Product Water Pipelines Must Withstand A Pressure Of At Least 100 Psi. 3. Minimum Design Requirement The Water Treatment Facilities Must Be Designed To Prevent Total Plant Shutdown When Undergoing Pump Maintenance Works. As Such, There Should Be At Least One Duty And One Stand-by Item Of Equipment To Allow The Plant To Operate At Any Given Time With A Full Process Flow Capacity At The Desired Efficiency During Equipment Replacement/repair Or Maintenance Servicing Or Cleaning. Equipment Upon Which The Plant Is Dependent For Full Operation Must Also Be Provided With Standby. A. Design All Plant Structures To Withstand Pressures And Seismic Loading In Accordance With The National Structural Code Of The Philippines. However, For Structural Concrete, The 28-day Compressive Strength Shall Not Be Less Than 21 Mpa. B. The Minimum Design Requirement For All Buildings Shall Be Concrete Foundations And Floors, Concrete Structural Elements, Galvanized Steel Trusses And Roof Frame, Reinforced And Filled Concrete Block Walls With Rendering And Painting, Bonded-color Steel Roofing System, Suspended Ceilings, Tiled Floors For Office Areas, Ceramic Tiling For Showers, Toilets And Similar Areas, Concealed And Under-floor Service Conduits And Pipelines And Air Conditioning For Office Areas. C. Electrical Power Supply And Control System And Requirements I. The Electrical Power Supply And Control System Shall Include But Not Limited To The Main And Branch Circuit Overcurrent Protective Devices, Motor Controllers Including All Protective And Monitoring Relay Systems Required For The Complete Operation Of The Plant And All Necessary Wiring, Conduits And Grounding Systems. Electrical Power And Control System Shall Be Wired So That The Various Items Of Plant Equipment Can Be Operated Either Manual Or Automatic To Achieve The Intended Sequence Of Operation. Process Control Shall Be Situated At The Motor Control Centers (mcc). Ii. Factory Wired Plant Components Shall Be Interconnected So As To Be An Integral Part Of The Plant. Iii. Provide Surge Protection To Prevent Damage To Electric Motors And All Other Electrical And Electronic Components During Fluctuation Of Voltage, During Resumption Of Power Supply After A Power Interruption And From The Effects Of Lightning. 4. Facilities Description And Specifications All Processes And Facilities Shall Be Designed To Meet The Performance Requirements For The Proposed Project. The Inter-connectivity Between Various Plant, Support Services And Structures Must Be An Integrated Approach To Meet Operational Performance, Flexibility, Maintenance And Reliability Criteria. The Power Unit Usage Within The Battery Limit Of The Proposed Wtp Shall Not Be More Than 0.07 Kwh/m3. The Water Treatment Plant May Include But Not Be Limited To The Following Main Process System, Support Systems And Relevant Facilities: A. Raw Water Abstraction Facility The Raw Water Abstraction Facility And Pipeline Shall Have A Capacity Of 3 Mld. The Natural Flow Of The River Shall Not Be Obstructed Or Changed By Constructing A Dam, Weir, Or A Similar Structure That Could Result To Flooding Of The Nearby Properties. The Abstraction Facility Shall Consist Of The Following: • Intake Weir, Water Collection Channel And Water Collection Well • 2 Units Submersible Non Clog Pump (1 Running And 1 Spare) With Motors And Variable Frequency Drive • Pipe Lay-out • Electrical Systems And Controls B. Raw Water Pipeline The Raw Water Pipeline Must Be Made Of Spiral Welded Steel Pipe. Pipes To Be Used Must Pass The Required Test Set By The Appropriate Authority. Pipes Shall Be Laid At A Minimum Depth Of 60 Cm. Pipe Sizing Should Be In Conformance To The Hydraulic Analysis C. Raw Water Impounding Lagoon The Impounding Lagoon Have A Capacity Of A Least 30,000 M3 And Will Be Lined With Hdpe Geosynthetic Lining The Lagoon Will Also Be Installed With The Pumping System That Will Pump Water From The Lagoon To The Water Treatment Plant. The Lagoon Pumping Station Will Comprise Of 2 Units (1 Pump Running And 1 Pump Spare) Submersible, Non-clog Pumps, With A Capacity Of 3mld And A Head Of 15 Meters. D. Water Treatment Plant The 3mld Water Treatment Plant (wtp) Must Be Able To Handle And Process Incoming Raw Water With Turbidity Levels Up To 5,000 Ntu. The Wtp Shall Include But Not Limited To Receiving Well, Mixing Channel, Flocculation Basin, Sedimentation Basin, Rapid Sand Filters, Chlorination, Chemical Dosing Equipment, Clear Water Tank And Sludge Management. The Wtp Shall Be Able To Produce An Effluent That Meets The Parameters Prescribed In The 2017 Philippine National Standards For Drinking Water (pnsdw). The Wtp Should Make Use Of Gravity Flow To The Extent Possible Which Minimizes The Use Of Energy For Pumping Resulting In Low Operation Costs. It Shall Incorporate A Zero Effluent Discharge Design And Will Make Use Of An Activated Filter Media System. • Receiving Well Provide A Receiving Well At The Proposed Wtp (with A Flow Measurement Or Device) To Receive Raw Water From The Intake Facilities. Pre-chlorination And Coagulant Dosing Shall Be Done At The Receiving Well • Rapid Mix-flocculation-sedimentation Provide A 2-stage Flocculation Chamber With Agitators For Proper Dispersion And Formation Of Flocs And A Sedimentation Basin For The Separation Of The Flocs By Gravity Settling. It Shall Have Provision For Removal Of Sludge. It Should Minimize Hydraulic Head Losses Between Units To Allow Future Changes In Processes Without The Need For Re-pumping. Rapid Mix The Rapid Mix Shall Mean The Rapid Dispersion Of Chemical Through The Water To Be Treated, Using Violent Agitation. The Tanks Should Be Made Of Concrete, Equipped With Devices Capable Of Adequate Mixing For All Process Treatment Flowrates. The Retention Time Should Not Be More Than 10 Seconds. The Rapid Mix Shall Be Designed In Close Proximity With The Flocculation Tanks. Flocculation Flocculation Shall Mean The Agitation Of Water At Low Velocities For Long Periods Of Time. Inlet And Outlet Of The Tanks Shall Be Designed That It Will Minimize Short-circuiting And Destruction Of Flocs. The Tanks Shall Be Made Of Concrete And Waterproof From Wall To Wall. Drain Or Pump Shall Be Provided To Handle Dewatering And Sludge Removal In A Short Period Of Time, When Necessary. The Inlet And Outlet Velocity Should Be Between 0.15 M/s, And 0.45 M/s With A Detention Time For Flocs Formation Of At Least 20 Minutes. Sedimentation Sedimentation Shall Follow Flocculation. The Following Criteria Shall Apply To Conventional Sedimentation Units: - The Sedimentation Tank Shall Complete With Inlet And Outlet Structures, Sludge Collection And Removal Mechanism, Isolation Valves And Gates, Drainage And Safety Ladder, Catwalks And Manholes. - The Surface Overflow Or Settling Rate Should Not Be More Than 2.0 M/h. - Inlet Shall Be Designed To Distribute The Water Equally And Uniformly. The Inlet Velocity To The Sedimentation Tanks Should Not Be More Than 0.3 M/s. - Basins Should Be Provided With Sludge Collection And Removal Mechanism. Valves Shall Be Provided To Isolate For Maintenance Purposes. It Shall Be Designed To Eliminate Or Minimize Clogging. Cleaning Or Removal Of Sludge Through The Use Of Sludge Disposal Pump Shall Be Designed In Such A Way That It Could Be Facilitated/completed In A Short Period Of Time. The Sludge Shall Be Conveyed To The Sludge Lagoon Through The Drainage Facilities. • Filtration System The Filtration System Shall Serve As The Final Stage Of Treatment To Remove Suspended Solids And Colloids. It Shall Compose Of The Activate Media Filter System. The Proposed Filter Shall Also Include The Following: A Minimum Of 8 Units Of Filters With Capability To Meet Plant Capacity Even If One (1) Filter Is Taken Out For Service Or Backwashing; An Automatic Backwashing System Complete With Controls And Motorized Gates And Valves; Wash Water Collection System And An Underdrain System That Efficiently Collect The Filtered Water. Filter Run Time Should Be Between 24 And 72 Hours. Each Filter Bed Shall Be Designed For A Filtration Hydraulic Loading Rate Of Not More Than 12 M3/m2-hr When One Filter Is Out Of Service. The Multimedia Filter Shall Operate 24 Hours Per Day Whole Year Round At The Design Capacity Of 3 Mld Regardless Of The Quality Of The Raw Water. The Filter System Shall Be Designed Such That No Power Is Required During Normal Operation And During Backwash Time. The Production Capacity Of The Filtration System Should Not Be Affected And Remains The Same At 3 Mld Even When One Cell Is Undergoing Backwash Operation. - The Filtration System Shall Be Structurally Designed Sound And Safe, Made Of Reinforced Concrete, Complete With Vertical Walls Within The Filter With No Protrusion Of The Filter Walls Within The Filter Media; Head Room To Permit Normal Inspection And Operation; Walkways, Ladder Rungs And Manhole Covers Shall Be Provided As Necessary For Easy Access And Maintenance. Walkways Shall Be Provided With Stainless Steel Safely Handrails. - Appurtenances The Following Shall Be Provided For Each Filter Cell: Water Inflow Control, Backwashing Pipes And Valves, Underdrain That Will Allow Filtered Water To Flow By Gravity At Wtp Capacity And Reverse Flow During Backwashing By Gravity To Remove Accumulated Sludge. • Disinfection Facility The Disinfection Facility Shall Cover The Pre Chlorination And Post Chlorination Requirement Of The Water Treatment Plant. Provide A Disinfection System That Will Be Used To Kill Pathogenic Microorganisms. There Should Be Sufficient Excess Of Chlorine For Disinfection Including A Free Residual Chlorine Concentration Of 0.5 – 0.7 Mg/l. The Disinfection System Shall Include All Equipment Such As Chlorine Dosing Pump And Other Miscellaneous Items Necessary For Disinfection Using Granular Chlorine. The Chemical Dosing System Shall Be Located Near The Receiving Well. A Storage Area Of Capable Of Handling At Least 30 Days Of Chemical Shall Be Provided. The Disinfection Facility Shall Be Capable Of Applying The Following Dosages At The Plant’s Design Flow Rate: Minimum Dose 0.30 Ppm Average Dose 1.00 Ppm Maximum Dose 5.00 Ppm • Chemical Feeding System Provide Complete Chemical Feeding System For Dissolving And Injecting Various Chemicals To Support The Rapid Mix And Coagulation Process. Include Batch Tanks, Storage Tanks, Mechanical Mixers, Metering Screws, Pipe Work, Valves, Fittings And Associated Equipment. The Feeding Systems Shall Be Located Inside The Chemical Building. The System Shall Be Arranged To Accept Chemical Supply In Both Liquid And Powder Forms. Equip The System With Ladders, Walkways, Platforms, Handrails And Cages To Allow Safe Access To The Equipment For Operations Staff. Locate Standpipes And Hoses Near The Equipment For Maintenance. E. Sludge Lagoon The Sludge Lagoon, Or The Residual Management Facility Must Have A Capacity Of At Least 500 M3. This Must Be Designed That There Is 100% Water Recovery And Zero Effluent Discharge. F. Product Pumping Station The Treated Potable Water Will Be Pumped To The Target Service Areas With A Residual Pressure Of No Less Than 10 Psi During Peak Hours. Two Units Of Centrifugal Pump Should Be Installed (1 Running And 1 Spare) Capable Of Delivering The Requirement 3 Mld. G. Power Supply Power Supply Facility Is Inclusive But Not Limited To The Following: • 3- Phase Line With Primary Voltage Recloser (depending On Electric Cooperative Requirement) • Distribution Transformer • Stand By Generator Set With Automatic Transfer Switch The Specifications Of The Transformers And Generator Set Must Be Based On The Calculations On The Total Load Of The Whole Water Treatment Facility. H. Product Water Transmission Pipeline The Potable Water Pipeline Must Be Made Of Hdpe Pipe. Pipes To Be Used Must Pass The Required Test Set By The Appropriate Authority. Pipes Shall Be Laid At A Minimum Depth Of 60 Cm. Pipe Sizing Should Be In Conformance To The Hydraulic Analysis. Quality Assurance For Buttfuse Works Must Be Performed To Ensure That There Will Be No Leaking During Operation. The Pipes Must Be Able To Withstand A Pressure Of No Less Than 100 Psi. Estimated Length Are As Follows: Description Length 10” Mm Ø 2,058 Meters 8” Mm Ø 1,254 Meters 6” Mm Ø 3,882 Meters 4” Mm Ø 464 Meters I. Product Water Distribution Lines, Valves, Fittings And Other Appurtenances The Potable Water Pipeline Must Be Made Of Hdpe Pipe. Pipes To Be Used Must Pass The Required Test Set By The Appropriate Authority. Pipes Shall Be Laid At A Minimum Depth Of 60 Cm. Pipe Sizing Should Be In Conformance To The Hydraulic Analysis. Quality Assurance For Buttfuse Works Must Be Performed To Ensure That There Will Be No Leaking During Operation. The Pipes Must Be Able To Withstand A Pressure Of No Less Than 100 Psi. Corresponding Valves And Fittings Ang Interconnection To The Main Transmission Line Must Be Installed. Estimated Length Are As Follows: Description Length 3” Mm Ø 3,756 Meters 2” Mm Ø 6,900 Meters J. Auxiliary Facilities I. Chemical Storage The Storage Area Should Be Able To Handle Various Chemicals For 30 Days Plant Operation At Full Capacity. The Building Should Satisfy And Follow All The Necessary Safety Requirements In The Operation Of The Chemical Building. Ii. Fence Provide Inter-link Fence Around Entire Parameter Of The Plant Site. Locate Fence To The Correct Boundary And Provide Certified Survey Of Fence After Installation. Include Vehicular Gate At Entrance Roadway And An Adjacent Personnel Gate With Gate Restraints, Chains And Locks. Perimeter Lighting Shall Also Be Provided. Iii. Road Provide Paved Road Network Servicing All Areas Of The Plant And Incorporating Geometric Design And Traffic Management Features To Ensure A Free Flow Of Vehicles. Iv. Support Systems Potable Water Supply System Provide A Complete Potable Water Supply System For Drinking Water, Staff Amenities, Chemical Dilution, Cleaning, Toilets, Lavatories, Essential Process Requirements, Fire Lighting And All Other Applications. Water Shall Come From The Product Water Tank. Drainage System Provide Complete Drainage System (to Flow By Gravity) For All The Buildings, Road Networks, Water Treatment Perimeter, And Essential Area. A Separate Drainage System Shall Be Provided To Convey (by Gravity) The Sludge From The Sedimentation Basin And The Backwash Water From The Rapid Sand Filler And Other Waste Water From The Proposed Wtp Into The Sludge Lagoon Located At The Nearby Existing Wtp. Electrical Power And Control System Provide A Complete Electrical And Control System For The Plant Including The Site. Fire Control & Alarm System Provide A Complete Fire Protection Such As Smoke Detector And Alarm System In All Buildings, Control Room, Laboratory And Related Facilities And Shall Be Complying With The National Building Code Of The Philippines. Provide Fire Extinguishers At Strategic Location Inside The Plant And Support Structures. The Alarm System Shall Be Designed Audible To A Minimum Distance Of 30 Meters. Lightning Protection And Grounding System V. Miscellaneous Items That Are Deemed Necessary Provide All Necessary Items/works To Have A Complete And Efficiently Functioning Plant. 5. Process Performance Test And Guarantee, Proving And Warrantees A. After The Issuance Of The Certificate Of Completion, The Contractor Shall Supervise The Performance Testing Of The Wtp And Training Of The Procuring Entity Personnel Within A Period Of One (1) Month. The Procuring Entity Shall Supply The Operation And Maintenance Manpower And All Materials, Utilities Including Power, Fuel, Lubricants, Chemicals, Facilities, Services And Other Items Needed To Operate And Maintain The Plant. The Contractor Shall Be Responsible For The Cost Of Parts Or The Facility That May Have To Be Replaced During The Proving Period. B. The Contractor Shall For Thirty (30) Consecutive Day Demonstrate That The Completed Wtp Shall Operate In Accordance To Stated Performance Specifications And Parameters. C. The Contractor Shall Be Responsible For Making All Remedial Measures To Bring The Plant Performance And Efficiency To The Specified Level. Failure Of The Contractor To Complete All Remedial Measures Shall Authorize The Procuring Entity To Confiscate The Performance Security Or The Performance Guarantee Bond As The Case May Be And To Retain All Monies Due To The Contractor Without Prejudice To Procuring Entity's Right To File A Damage Suit. D. The Power Unit Cost Per Cubic Meter Of Treated Water At The Proposed Wtp Battery Limit Should Not Be More Than 0.15 Kwh/m3 E. The Annual Average Chemical Usage Should Not Exceed Php 1.00/m3 F. The Contractor Shall Provide One (1) Year Mechanical Warranty. G. The Contractor Shall Provide Lifetime Technical Advisory Service To The Procuring Entity. Xi. Bid Proposal Inclusions In The Preparation Of The Proposal, The Bidder Should Ensure That The Following Are Included In The Submission: 1. Technical Drawings A) Process Flow Diagram And P&id B) Site Development Plan C) Key Components Lay-out Plan D) Electrical Sld And Estimated Energy Requirement E) Conceptual Drawings And 3d Rendition Of The Water Treatment Plant And Other Facilities 2. Schedules A) Pert/cpm Network And Bar Chart/s-curve Schedule (design Stage And Construction Stage Should Be Well Defined In The Schedule. B) Manpower And Equipment Schedule C) Financial Periodic Cash Requirement 3. Capital Expenditures Proposal The Bid Should Have A Detailed Cost Breakdown Of The Components Of The Project: A) Detailed Engineering Design B) Water Treatment Plant C) Support Facilities D) Wastewater And Sludge Management Facility E) Utility Power Supply Including Transformers And Transformer Pad. F) Site Development (fencing, Road Network, Lightings, Drainage, Etc.) G) Commissioning And Testing H) Proving Period Cost Of The Inclusions Such As Hydrological And Geotechnical Studies, Site Surveys, And Insurances, May Be Individually Included In The Cost Breakdown Of The Components Where It Will Be Used. Proposal Should Also Include The Cost Of One (1) Month Of Testing And Commissioning. Cost Of Electricity And Chemicals To Be Used During The One-month Period Of Proof Of System Operations And De-bugging Must Be Become By The Bidder 4. Operations Expenditures Breakdown A Detailed Breakdown Of The Operations Expense Should Be Submitted With The Following Specifications: A) Power: • Include The Estimated Electric Consumption Starting From The Intake And The Wtp Process – Including Wastewater And Sludge Management Facility; • Electric Consumption Should Be Stated In Kwh Per Cubic Meter; • Electric Consumption Should Also Be Stated As A Philippine Peso Value Per Cubic Meter Using Php 9.00 Per Kwh As The Electric Cost. B) Chemicals: • Breakdown Of Chemical Consumption Per Cubic Meter Should Be Presented; • Chemical Consumption Per Cubic Meter Should Be Stated In Philippine Peso Value; Xii. Ded Submittal 1. Design Report, Construction And Shop Drawings A. The Design Report Shall Contain All Engineering Design Details Related To The Project Including Electrical And Mechanical Design, Structural Design And Bill Of Materials. All Design Calculations Shall Be Orderly Compiled And Submitted To The Procuring Entity As An Integral Part Of The Design Report. B. The Technical Specifications Of The Major Equipment Should Be Submitted C. The Drawings Shall Show The Complete Assembly Of The Plant With All The Equipment And Appurtenant Components. The Layout Shall Indicate The Relative Location Of The Plant With Respect To The Boundary Of The Lot. D. The Drawings Shall Show Complete Construction Details For Each Component, Piece Of Equipment, Support Structure And Access Facilities. 2. Drawings A. Drawings For Approval Drawings To Be Submitted By The Winning Bidder For Approval Shall Be Of Size A3. 3. Operation & Maintenance Manuals And List Of Spare Parts Prepare And Submit Draft Operation And Maintenance Manual With Lists Of Spare Parts For The Plant Including All Equipment, Thirty (30) Calendar Days Before The Intended Completion Date. Submit The Completed Operation And Maintenance Manual Within Two Weeks Of Receiving Review Comments In The Form Of Two Digital Copies On Cd And Four Hard Copies Using The Latest Versions Of Word And Autocad With Supplementary Drawing And Image Files In Pdf Format. Manuals Shall Be In Metric, A4 In Size With Three Ring Binders With Durable Hard Covers. Drawings Shall Be In Metric, A3 Size Covers And Held Together Using Three Removable Brass Male/female Screws. All Drawings Shall Be In A3 Size. The Operation And Maintenance Manuals Shall: I. Cover All Aspects Of The Works Ii. Provide 'general Principles Of Operation' For The Plant. The General Principles Of Operation Shall Be Prepared By The Designers And Should Include The Necessary Information For Operators To Effectively Operate And Maintain The Works. Iii. Incorporate Safety, Environmental And Quality Issues. Iv. Have Detailed Indexes And Cross Referencing. V. The Operations Manual And The Maintenance Manual Shall Be Bounded Separately. A. Operation Manual A Single Operation Manual Shall Be Provided For The Operation Of The Plant. The Manual Shall Include But Not Be Limited To: I. Title Page: Project, Procuring Entity's And Contractor’s Name, Address And Telephone Number And Contract Number. Ii. Index: Include A Comprehensive Index Iii. General Description • Location • Site Layout, Process And Instrumentation Diagrams, Hydraulic Profile • Description Of Process And Effluent Criteria • Design Criteria Iv. Safety Management V. Environmental Management Vi. Detail Operation (for Each Process Unit) • Describe Each Process Unit Including Size And Number Of Mechanical/ Electrical Units • Mode Of Operation (start, Shutdown, Manual And Auto Control) • Performance Criteria For Each Process Unit/facility • Sampling Points • Troubleshooting • Record Keeping Requirements • Duty Statements (for Operators) • Operating Procedures (covering Safely And Environmental Procedures) • Environmental And Emergency Response • Sampling And Monitoring Requirements - Include Performance Criteria For Each Process Unit - Monitoring Of The Receiving Environment (waterways, Noise And Odors) • Cross Reference To Maintenance Manuals - Provide Maintenance Manuals To Support This Operations Manual For All Mechanical And Electrical Equipment. B. Maintenance Manual Prepare Maintenance Manuals For All Individual Items Of Equipment. The Manuals Shall Include But Not Be Limited To: I. Title Page: Project, Procuring Entity's Name, Address And Telephone Number, Contractor's Name, Address And Telephone Number And Contract Number. Ii. Index: Include A Comprehensive Index. Iii. Description: A Full Description Of The Equipment With A Tabulation Of Dimensions And Performance Ratings. Iv. Principles Of Operation: Basic Working Description, Including Novel Features And Any Automatic Control. V. Operating Instructions: A Step-by-step Procedure Organized In Sections Containing The Following: • Pre-start Check-up • Starting • Continuous Operation • Stopping • Emergency Stopping • Abnormal Operation (as Applicable) Vi. Installation And Commissioning Instructions: Details Of Standards And Procedures For Transporting And Installing The Equipment. Including A Step-by-step Procedure For Mounting Or Erecting, Wiring And Lubricating The Equipment. Alignment Tolerances And Check Requirements Shall Be Stated. Vii. The Commissioning Instructions Shall Include Step By Step Procedures Before And During Start-up, After Starting And Operational Tests During Continuous Operation. Viii. Routine Maintenance - Step By Step Procedure For Preventive Maintenance Work Carried Out At Intervals Of 2 Weeks Or Less. Ix. Periodic Maintenance: Step By Step Procedure For Fault Correction And Preventive Maintenance Carried Out At Intervals In Excess Of Two Weeks, Involving Replacement Of Spare Parts And Consumables. A List Of Special Tools Shall Be Included. X. Test Data And Troubleshooting: Instructions To Qualified Tradesmen For Assessing The Operational Performance Of The Equipment. Xi. Spare Parts List: Illustrations And Schedules For Identification And Specifications Of All Items In The Equipment. Exploded Diagrams Are Required. The Recommended Spare Parts Stock For One Year Shall Be Indicated. Xiii. Personnel & Equipment Requirement The Bidder Must Demonstrate That It Has Designed And Constructed Similar Water Treatment Facilities And Has The Personnel For The Key Positions That Meet The Following Requirements: Item Position Total Work Experience (years) Similar Work Experience (years) 1 Project Manager 10 5 Design 2 Water Treatment Specialist (chemical Engineer) 5 3 3 Sanitary Engineer 5 2 4 Professional Mechanical Engineer 5 3 5 Professional Electrical Engineer 5 3 6 Structural Engineer 5 2 Build 7 Project Engineer 5 3 8 Civil Engineer 5 3 9 Mechanical Engineer 5 3 10 Electrical Engineer 5 3 11 Safety Officer 5 2 The Contractor Shall Provide Details Of The Proposed Personnel And Their Experience Records. C. Equipment The Contractor Must Demonstrate That It Will Have Access To The Key Equipment Listed Hereafter: Item Equipment Type And Characteristics Quantity 1 Dump Truck 1 2 Backhoe 1 3 Roller Compactor 1 4 Concrete Vibrator 1 5 Bagger Mixer 2 6 Bar Cutter 1 7 Welding Machine 1 8 Boom Truck 1
Closing Date17 Mar 2025
Tender AmountPHP 115 Million (USD 1.9 Million)

Province Of Negros Oriental Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Invitation To Bid Bid No. B-51-2025 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: Sp Res. No. 1225-2023 Ao#45, Series Of 2023 20% Df, Capital Outlay (300), Intends To Apply The Sum Of Seventy- Nine Million Six Hundred Thousand Pesos (php 79,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “construction Of Cabanlutan Bridge, Bais City, Negros Oriental”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 300 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. 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. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-4835, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 To March 11, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (php 50,000.00) 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On February 27, 2025 At 2:00 In The Afternoon At The Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 11, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 11, 2025 At 1:30 In The Afternoon, Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “construction Of Cabanlutan Bridge, Bais City, Negros Oriental" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit Part A. Facilities For The Engineering B. 1 Provision Of Field Office & Laboratory Engineers 10 Month B. 2 Provision Of Furniture/fixtures & Equipment 1 L.s. Part B. General Requirements C. 1 Project Billboards/signboards 3 Each C. 2 Occupational Safety & Health Program 10 Month C. 3 Traffic Management 10 Month C. 4 Mobilization/demobilization 1 L.s. Part C. Earthworks 102(4) Surplus Unclassified Excavation 590 Cu.m. 103(1) Excavation For Structure (soft Rock) 601 Cu.m. 104(2) Embankment From Common Borrow 3514.40 Cu.m. 105(1) Subgrade Preparation (common Material) 1220 Cu.m. Part D. Sub-base And Base Course 200 (1) Aggregate Sub-base Course 243 Cu.m. Part E. Bridge Construction 400(17)e Concrete Piles Cast In Drill Holes, 1200m Dia 250 M 400(23)e Permanent Casing, 1200mm Dia 10mm Thick 120 Mm 400(26)b Pile Integrity Testing (low-strain) 3 Each 400(27) High Strain Dynamic Testing (p.d.a.) 1 Each 401(2)a Concrete Railing Standard 130 M 404(1)a Reinforcing Steel, Grade 40 (bridge Structure & Other Major Structure) 15480 Kgs. 404(1)b Reinforcing Steel, Grade 60 (bridge Structure & Other Major Structure) 147140 Kgs. 405(6) Structural Concrete, Painting Works 1945.39 Sq.m. 405(1)b2 Structural Concrete Class “a” (20.68 Mpa-14 Days) 653 Cu.m. 406(1)18 Prestressed Structural Concrete Members, 32.5m, Type V, I-girders 8 Pcs. 407(8) Lean Concrete, 16.50 Mpa, Class B 62.4 Cu.m. 412(1) Elastomeric Bearing Pads 16 Each 413(5) Elastomeric, Hot Applied Expansion Joint Seallant (with Single-sized Aggregates) 0.10 L.m. B. 18(1) Construction & Maintenance Of Craneway (bored Piling And Girder Launching Works) 328 Cu.m. Part F. Drainage And Scope Protection Structure 505(2) Grouted Riprap Class A 122.88 Cu.m. 506(1) Stone Masonry (partial) 725 Cu.m. 508(1) Hand-laid Rock Embankment 90 Cu.m. 517(1)a Drain Pipe, Pvc 4” Ø 36 L.m. 903(2) Formworks And Falseworks 1 Lot Contract Duration: 300 Calendar Days Abc:p 79,600,000.000
Closing Date11 Mar 2025
Tender AmountPHP 79.6 Million (USD 1.3 Million)

City Of Caloocan Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 21 February 2025 Invitation To Bid For The Improvement Of Road And Drainage System Along Sampaguita St., Maligaya Subd., Brgy. 177, Caloocan City 1. The City Of Caloocan, Through The General Fund Of The 2025 Annual Executive Budget Approved Under Sangguniang Panlungsod Ordinance No. 1121 S. 2024, Intends To Apply The Sum Of Thirty Two Million Two Hundred Thousand Pesos (₱32,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Road And Drainage System Along Sampaguita St., Maligaya Subd., Brgy. 177, Caloocan City. (general Scope Of Work; General Requirements, Earthworks, Roadworks/ Concrete Pavement, Drainage System, Disposal Of Waste Materials). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During The Opening Of Bids 2. The City Of Caloocan Now Invites Contractors With Pcab License And Registration Appropriate To The Project Cost To Bid For The Improvement Of Road And Drainage System Along Sampaguita St., Maligaya Subd., Brgy. 177, Caloocan City. Completion Of Works Is Required Within Two Hundred Ten (210) Calendar Days From The Date Of Receipt Of The Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project Which Is At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The City Of Caloocan And Inspect The Bidding Documents At The Address Given Below During Office Hours: Bac Secretariat/ Procurement Office Office Of The Bids And Awards Committee 7th Floor Caloocan City Hall 8th St. Cor. 8th Ave. Grace Park, Caloocan City Telephone Number: 5310-2702/8288-8811 Local 2218 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting 21 February 2025 From The Address Above And Upon Payment Of Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos (₱25,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Of Caloocan Will Hold A Pre-bid Conference On 28 February 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. 7. Submission Of Bids Shall Be On Or Before 13 March 2025 At 9:30 Am At The Office Of The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. Opening Of Bids Shall Be On The Same Day, 13 March 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Shall Not Be Accepted. 8. The City Of Caloocan Reserves The Right To Reject The Bid, Not To Award The Contract Or Declare A Failure Of Bidding At Any Time Prior To Contract Award, Without Thereby Incurring Any Criminal, Civil, Or Administrative Liability, Regardless Of The Outcome Of The Bidding Process. Atty. Christian Niño A. Diaz, Cese Chairman Bids And Awards Committee
Closing Date13 Mar 2025
Tender AmountPHP 32.2 Million (USD 556.6 K)

Municipality Of Virac , Catanduanes Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Invitation To Bid The Municipal Government Of Virac, Intends To Apply The Sum Shown Below Being The Approved Budget For Contract (abc) To Payments Under The Contract/project Below. Bids Received In Excess Of Abc Shall Be Automatically Rejected At The Bid Opening. The Municipal Government Of Virac, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project/s: Name Of Project/contract/ Activities Location/ Department Brief Description Approved Budget For The Contract Contract Duration/ 1. Id No. Inf-02-25-022 – Cluster 1 -construction/improvement / Rehabilitation Of Drainage System Virac Public Market, Concepcion, Gianan St., Rawis, Tubaon & Marcelo Alberto, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Removal Of Actual Structures/obstruction, Structure Excavation, Aggregate Base Course, Manholes, Inlets & Catch Basins, Metal Structures P2,750,000.00 20% Ldf – Cy 2025 180 Cal. Days 2. Id No. Inf-02-25-023 – Cluster 2 – Rehabilitation / Improvement Of Comfort Rooms Virac Plaza Rizal, Salvacion & Virac Public Market, Concepcion Virac, Catanduanes Furnishing Materials, Labor And Equipment: Removal Of Structure & Obstruction, Doors & Windows, Plumbing Works, Tile Works, Painting Works P800,000.00 20% Ldf – Cy 2025 75 Cal. Days 3. Id No. Inf-02-25-024 – Cluster 3 – Road Concreting Pedro Guerrero St., Gogon Centro & Purok 4, Francia, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Subbase And Base Course, Surface Course, Finishing & Other Civil Works Drainage Works P1,500,000.00 20% Ldf – Cy 2025 105 Cal. Days 4. Id No. Inf-02-25-025 – Installation Of Roadway Lighting, Cctv System & Fire Alarm System Slaughterhouse, Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Electrical Works, Fire Alarm System, Fire Extinguisher, Solar Led Street Lights, Cctv System P1,500,000.00 20% Ldf – Cy 2025 45 Cal. Days 5. Id No. Inf-02-25-026 – Construction Of Transformer Pad Slaughterhouse, Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Plain & Reinforced Concrete Works, Finishing Works, Electrical Works P300,000.00 20% Ldf – Cy 2025 30 Cal. Days 6. Id No. Inf-02-25-027 – Construction Of Drainage Canal With Cover Along Virac “aa” Slaughterhouse, Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Subbase And Base Course, Drainage And Slope Protection Structures, Mechanical Works P5,000,000.00 Dbp Loan 75 Cal. Days 7. Id No. Inf-02-25-028 – Construction Of Butcher’s Quarter Virac “aa” Slaughterhouse, Bigaa,virac, Catanduanes Furnishing Materials, Labor And Equipment: Civil, Mechanical, Electrical And Sanitary / Plumbing Works, Plain And Reinforced Concrete Works, Finishing & Other Civil Works P2,000,000.00 Dbp Loan 90 Cal. Days 8. Id No. Inf-02-25-029 – Improvement Of Perimeter Fence Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Civil, Mechanical, Electrical And Sanitary / Plumbing Works, Plain And Reinforced Concrete Works, Finishing & Other Civil Works P5,000,000.00 Dbp Loan 130 Cal. Days 9. Id No. Inf-02-25-030 – Construction Of Guardhouse Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Earthworks, Plain And Reinforced Concrete Works, Finishing Works, Electrical Works P700,000.00 Dbp Loan 45 Cal. Days 10. Id No. Inf-02-25-031 – Construction Of Perimeter Fence @ Swamp Land Palnab Del Sur, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Clearing & Grubbing, Structure Excavation, Forms & Falseworks, Reinforced Concrete P13,000,000.00 Dbp Loan 180 Cal. Days 11. Id No. Inf-02-25-032 – Improvement Of Slaughterhouse Bigaa, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Painting Works, Carpentry Works, Installation Of Doors And Windows P1,200,000.00 Dbp Loan 30 Cal. Days 12. Id No. Inf-02-25-033 – Improvement/repair. Rehabilitation Of Municipal Buildings Salvacion, Virac, Catanduanes Furnishing Materials, Labor And Equipment: Civil, Mechanical, Electrical And Sanitary/plumbing Works, Plain And Reinforced Concrete Works, Finishing Works And Other Civil Works, Electrical Works P35,500,000.00 Dbp Loan 240 Cal. Days Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. The Bidders Is A Filipino Citizens/sole Proprietorships, Partnerships, Or Organization With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To The Citizens Of The Philippines. The Description Of An Eligible Bidder Contained In The Bidding Documents, Particularly In Section Ii. Instruction To Bidders. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee (see Below For Schedule) To The Municipal Treasurer’s Office Cashier. Project Worth/abc Amount 1. 500,000 And Below 500.00 2. More Than 500,000 Up To 1 Million 1,000.00 3. More Than 1 Million Up To 5 Million 5,000.00 4. More Than 5 Million Up To 10 Million 10,000.00 5. More Than 10 Million Up To 50 Million 25,000.00 6. More Than 50 Million Up To 500 Million 50,000.00 7. More Than 500 Million 75,000.00 The Complete Schedule Of Bac Activities Is Listed As Follows: Activities Schedule 1 Pre-procurement Conference February 19, 2025 @ 2:00 P.m. 2 Issuance And Availability Of Bidding Documents February 21 – March 13, 2025 3 Pre-bid Conference February 28, 2025 @ 2:00 P.m. 4 Opening Of Bids And Eligibility Check March 13, 2025 @ 2:00 P.m. 5 Bid Evaluation March 14, 2025 6 Post Qualification March 15 – 19, 2025 7 Approval Of Bac Resolution/issuance Of Notice Of Award March 19 – 20, 2025 8 Contract Preparation And Signing / Notice To Proceed March 21 – 24, 2025 All Prospective Bidders Shall Be Subject To Eligibility Check, Screening By The Bac For Purposes Of Determining Whether They Are Eligible To Participate In The Bidding Process Using Non-discretionary “pass/fail” Criteria. Further, All Bids That Have Been Passed The Eligibility Shall Be Preliminary Examined And Shall Undergo A Detailed Evaluation Based On The Extent Of Their Compliance With The Technical And Financial Proposals. Furthermore, Bids That Have Been Rated “passed” During The Opening And Preliminary Examination Thereof Shall Be Post Evaluated To Verify And Validate The Legal, Technical And Financial Requirements Of The Bid, And To Determine Whether The Bidder Complies And Is Responsive To All The Requirements And Conditions For Eligibility And The Bidding Of The Contract. Interested Bidders May Secure And Shall Only Be Issued Eligibility Requirements And Bid Documents From The Bac Secretariat Before The Scheduled Date Of Eligibility Check And Opening Of Bids Upon Payment Of The Corresponding Non-refundable Amount Therefore Before The Office Of The Municipal Treasurer/cashier In Accordance With The Standard Rates Set Forth Under Guidelines On The Sale Of Bidding Documents (handbook On Philippine Government Procurement – (the 2016 Revised Implementing Rules & Regulations Of Republic Act No. 9184 Otherwise Known As The Government Procurement Reform Act.) The Municipal Government Of Virac Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. Virac, Catanduanes, February 20, 2025 For Further Information, Please Refer To: Michael O. Guerrero Senior Administrative Assistant Iii Head, Bac Secretariat Bac Office Lgu-virac Compound Virac, Catanduanes Jose G. Taraya Municipal Administrator Bac Vice-chairman Noted: Samuel V. Laynes Municipal Mayor Date Of Postings: February 21 – 27, 2025 Posted At Philgeps, Municipal Hall, Provincial Capitol & Virac Public Market Bulletin Board
Closing Date13 Mar 2025
Tender AmountPHP 5 Million (USD 86.4 K)

City Of Caloocan Tender

Civil And Construction...+2Road Construction, Drainage Work
Philippines
Details: Description 21 February 2025 Invitation To Bid For The Improvement Of Road And Drainage System At Saint Lawrence St. La Forteza Subd. Brgy. 175, Caloocan City 1. The City Of Caloocan, Through The General Fund Of The 2025 Annual Executive Budget Approved Under Sangguniang Panlungsod Ordinance No. 1121 S. 2024, Intends To Apply The Sum Of Eighteen Million Two Hundred Thousand Pesos (₱18,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Road And Drainage System At Saint Lawrence St. La Forteza Subd. Brgy. 175, Caloocan City. (general Scope Of Work; General Requirements, Earthworks, Roadworks/ Concrete Pavement, Drainage System, Disposal Of Waste Materials). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During The Opening Of Bids 2. The City Of Caloocan Now Invites Contractors With Pcab License And Registration Appropriate To The Project Cost To Bid For The Improvement Of Road And Drainage System At Saint Lawrence St. La Forteza Subd. Brgy. 175, Caloocan City. Completion Of Works Is Required Within One Hundred Fifty (150) Calendar Days From The Date Of Receipt Of The Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project Which Is At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The City Of Caloocan And Inspect The Bidding Documents At The Address Given Below During Office Hours: Bac Secretariat/ Procurement Office Office Of The Bids And Awards Committee 7th Floor Caloocan City Hall 8th St. Cor. 8th Ave. Grace Park, Caloocan City Telephone Number: 5310-2702/8288-8811 Local 2218 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting 21 February 2025 From The Address Above And Upon Payment Of Fee For The Bidding Documents In The Amount Of Twenty Five Thousand Pesos (₱25,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Of Caloocan Will Hold A Pre-bid Conference On 28 February 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. 7. Submission Of Bids Shall Be On Or Before 13 March 2025 At 9:30 Am At The Office Of The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. Opening Of Bids Shall Be On The Same Day, 13 March 2025 At 10:00am At The Bids And Awards Committee Conference Room, 3rd Floor Caloocan City Hall, 8th St. Cor. 8th Ave. Grace Park, Caloocan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Shall Not Be Accepted. 8. The City Of Caloocan Reserves The Right To Reject The Bid, Not To Award The Contract Or Declare A Failure Of Bidding At Any Time Prior To Contract Award, Without Thereby Incurring Any Criminal, Civil, Or Administrative Liability, Regardless Of The Outcome Of The Bidding Process. Atty. Christian Niño A. Diaz, Cese Chairman Bids And Awards Committee
Closing Date13 Mar 2025
Tender AmountPHP 18.2 Million (USD 314.6 K)

MUNICIPALITY OF QUINAPONDAN Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description The Local Government Unit – Quinapondan, Eastern Samar, Through The Bids & Awards Committee (bac ), Intends To Apply The Sum Of Four Hundred Ninety Nine Thousand Nine Hundred Ninety Six Pesos And .70/100 (php499,996.70) Under The Approved 20% Mdf C.y. 2025, Being The Approved Budget For The Contract (abc) To Payment For The Improvement/reblocking Of Damaged Municipal Roads (35.00 M, 5.20 M X 0.20 M Pccp) At Castillo St. Brgy. 02, Poblacion, Quinapondan Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Lgu- Quinapondan, Eastern Samar, Through Bids & Awards Committee (bac) Now Invites Bids For The Improvement/reblocking Of Damaged Municipal Roads (35.00 M, 5.20 M X 0.20 M Pccp) At Castillo St. Brgy. 02, Poblacion, Quinapondan Eastern Samar. Completion Of The Works Is Required Within Forty Two Calendar Days (42 C.d.). Part A: Facilities For The Engineer Part B: Other General Requirements B.5 Project Billboard/signboard 1.00 Each B.9 Mobilization And Demobilization 1.00 L.s. B.8 Traffic Management 1.29 Month Part C: Earthworks 101 (3)b1 Removal Of Actual Structures/obstruction, 0.20 M Thick, Pccp Unreinforced 182 Sq.m. 102 (2) Surplus Common Excavation 18.20 Cu.m. 105 (1)a Subgrade Preparation, Common Materials 182.00 Sq.m. Part D: Base And Subbase Courses 200 (1) Aggregate Subbase Course18.20 Cu.m. Part E: Surface Courses 311 Portland Cement Concrete Pavement (unreinforced) 200 Mm Thk, (14 Days) 182.00 Sq.m. Bidders Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids, 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. The Schedule Of Bac Activities Is As Follows: 1. Advertisement/posting February 21, 2025 To February 27, 2025 2. Issuance Of Bidding Documents February 24, 2025 - March 11, 2025 At The Office Of The Bac, Second Floor, Municipal Hall, Quinapondan, Eastern Samar From 8:00 A.m. To 5:00 P.m. C/o Alicia Q. Mina Bac Secretary Contact No.09454697169 3. Deadline Of Submission And Receipt Of Bidding Documents Is On March 11, 2025 At 2:00 P.m. Bids May Be Submitted On Or Before The March 11, 2025 At Conference Room, 3rd Flr., Municipal Hall, Municipality Of Quinapondan, Province Of Eastern Samar. 4. Opening Of Bids Will Be On March 11, 2025, Immediately After The 2:00 P.m. Deadline For The Receipt Of Bids At Conference Room, 3rd Flr., Municipal Hall, Municipality Of Quinapondan, Province Of Eastern Samar. 5. Post Qualification March 13, 2025 6. Resolution To Award March 16, 2025 Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of Lgu Quinapondan And Inspect The Bidding Documents At The Address Given Below During Mondays Through Fridays From 8:00 To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting On February 24, 2025 Until March 11, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Two Thousand Pesos (php1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Bids Must Be Delivered To The Address Below On Or Before 2:00 O’clock In The Afternoon, Lgu-hrmo Clock Time On March 11, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18.1. Bid Opening Shall Be On March 11, 2025, Immediately After 2:00 P.m. (lgu-hrmo Clock Time), Following The Deadline Set For The Submission And Receipt Of Bids, At The Conference Hall Of The Municipal Building. 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. The Bids And Awards Committee Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Contact Alice Q. Mina Or Lorenzo B. Gahoy At The Following Address; Bids And Awards Committee Lgu-quinapondan, Eastern Samar Contact No. 09991942483 Approved By (sgd.) Lorenzo B. Gahoy Bac Chairman
Closing Date11 Mar 2025
Tender AmountPHP 499.9 K (USD 8.6 K)
41-50 of 1010 active Tenders