Earthwork Tenders
Earthwork Tenders
Oriental Mindoro Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 2.3 Million (USD 40.5 K)
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2025-01 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The Supplemental Budget No. 6- 20% Development Fund Intend To Apply The Sum Of Two Million Three Hundred Seventy Five Thousand Eight Hundred Sixty Seven Pesos And Forty Seven Centavos (2,375,867.47) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Box Culvert Brgy. Maningcol. Attachment Annex A For Technical Specification Shall From Part Of Itb 2025-01 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 5,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents January 9, 2025,- January 21, 2025 Bac Office Pre Bid Conference Submission Of Bids January 21, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 22, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan 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. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : January 9, 2025-january 3, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – January 9, 2025-january 3, 2025 2. Dilg/abc Announcement Wall – January 9, 2025-january 3, 2025 3. Pinamalayan Public Market – January 9, 2025-january 3, 2025 Construction Of Box Culvert, Brgy. Maningcol No. Qty. Unit Description Part A Facilities For The Engineer Item A.1.1(6) 3.23 Months Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineers (rental Basis) Total Of Part A Part B Other General Requirements Item B.5 1.00 Each Project Billboard/signboard Item B.7 (1) 1.00 L.s. Occupational Safety & Health Program Item B.8 (2) 1.00 L.s. Traffic Management Item B.9 1.00 L.s. Mobilization/demobilization Total Of Part B Part C Earthworks Item 101 (3) B3 60.00 Sq.m. Removal Of Actual Structures/ Obstruction, 0.23m Thick, Pccp (unreinforced) Item 101 (4) A5 10.00 Each Removal Of Actual Structures/ Obstruction, 1220mm Dia. Rcpc Item 103 (1) 109.32 Cu.m. Structure Excavation (common Soil) Item 105 (1) A 72.00 Sq.m. Subgrade Preparation, Common Material Total Of Part C Part D Subbase And Base Course Item 200 (1) 12.60 Cu.m. Aggregate Subbase Course Total Of Part D Part E Surface Course Item 311 (1) A.3 60.00 Sq.m. Portland Cement Concrete Pavement (unreinforced ) 0.23m Thick Total Of Part E Part G Drainage And Slope Protection Structures Item 404 8,694.47 Kgs Reinforcing Steel Bar, Grade 40 Item 405 50.31 Cu.m. Structural Concrete Class A (minor Structures) Item 505 (5) 120.96 Cu.m. Grouted Riprap ( Class A) Total Of Part G Part H Miscellaneous Structures Item 1027 (1) 302.40 Sq.m. Cement Plaster Finish Total Of Part H
Municipality Of Alcantara, Cebu Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Standard Form Number: Sf-infr-05 Revised On: Invitation To Apply For Eligibility And To Bid The Municipality Of Alcantara, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Source Of Fund : Gen Fund 20% Df 2024 Continuing Appropriation Name Of Project : Completion Of Multi Purpose Building / Evacuation Center At Brgy Palanas Location : Barangay Palanas , Alcantara Cebu Brief Description : Supply Of Labor Materials And Equipment For The Completion Of Multi Purpose Building / Evacuation Center At Barangay Palanas Abc : Php 500,000.00 Contract Duration : 60 Calendar Days Prospective Bidders Should Have Experience In Undertaking Similar Project Within Last 2 Years With An Amount At Least 50% Of The Proposed Project For Bidding, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. Prospective Bidder Should Have A Good Standing In Terms Of Project Implementation , No Pending / Delays Project Implementation. The Bac Will Use Non Discretonary Pass/fall Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provissions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Submission Of Letters Of Intent And Application For Eligibility January 20, 2025 - February 5, 2025 2. Submission Of Eligibility Requirements January 20, 2025 - February 5, 2025 3. Issuance Of Bid Documents January 20, 2025 - February 5, 2025 4. Pre-bid Conference 5. Opening Of Bids February 5, 2025 2 Pm 6. Bid Evaluation February 6, 2025 7. Post Qualification February 10, 2025 8. Notice Of Award February 13, 2025 The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount That Shall Correspond To The Abc As Indicated In The Table From General Guidelines On The Sale Of Bidding Document And To Paid To The Municipal Treasurer Of Alcantara Cebu The Municipality Of Alcantara Assumes No Responsibility Whatsoever To Compensate Or Indemnity Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved By: Dates Of Publication: Engr. Arturo M. Palencia Newspaper: Bac Chairperson Philgeps January 17, 2024 Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Program Of Works Name Of Project : Completion Of Multi Purpose Building/evacuation Center At Brgy Palanas Scope Of Works : Rehabilitation/improvement Of Elevated Flatform Mode Of Implementation : Straight Contract Location : Barangay Palanas , Alcantara Cebu Duration : 45 Calendar Days Source Of Fund : General Fund 20% Df 2024 Minimum Equipment Requirement : Service Truck, Power Tools , Hand Tools Approved Budget For The Contract : Php 500,000.00 Technical Personnel Requirement : Site Engineer, Foreman, Skilled Worker , Laborer # Item / Description Qty Unit Material Cost Labor Cost Equipment Cost "ocm 15% Of Dc" "profit 10% Of Dc" "vat 5% Of Dc+ocm+p" Total 1 General Requirements 1.1 Mobilization / Demobiization 1 Lot 2,500.00 1.2 Temporary Facilities 1 Lot 10,000.00 1.3 Safety Requirements 1 Lot 2,500.00 1.4 Billboard 1 Lot 2,421.88 2 Earthworks 14.60 Sq.m. 11,680.00 584.00 1,839.60 1,226.40 766.50 16,096.50 3 Ramp 12 Sq.m. 24,760.00 8,666.00 433.30 5,078.90 3,385.93 2,116.21 44,440.34 4 Formworks And Scaffoldings 1 Lot 21,240.00 7,434.00 371.70 4,356.86 2,904.57 1,815.36 38,122.49 5 Carpentry Works ( Ceiling + Overhang Ceiling + Wall ) 110 Sq.m. 46,550.00 16,292.50 814.63 9,548.57 6,365.71 3,978.57 83,549.98 6 Electrical Works 1 Lot 38,750.00 13,562.50 678.13 7,948.59 5,299.06 3,311.91 69,550.19 7 Painting Works 150 Lot 52,360.00 18,326.00 916.30 10,740.35 7,160.23 4,475.14 93,978.02 8 Signage And Logo 1 Lot 80,000.00 4,000.00 12,600.00 8,400.00 5,250.00 110,250.00 9 Plastering Works 10 Sq.m. 2,800.00 1,260.00 63.00 618.45 412.30 257.69 5,411.44 10 Metal Works 6 Sq.m. 11,800.00 4,130.00 206.50 2,420.48 1,613.65 1,008.53 21,179.16 Total Estimated Project Cost 278,260.00 81,351.00 8,067.56 55,151.80 36,767.85 22,979.91 500,000.00 Prepared By : Ok As To Appropriation : Fund Availability : Approved By : Engr. Arturo M. Palencia Karen B. Lisondra Edison Incipido Atty, Fritz A. Lastimoso Municipal Engineer Municipal Budget Officer Munciipal Treasurer Municipal Mayor
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 139.9 Million (USD 2.3 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid For Construction Of Flood Mitigation Structure, Tigbauan, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 139,925,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0089 – Construction Of Flood Mitigation Structure, Tigbauan, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Flood Mitigation Structure, Tigbauan, Iloilo Contract Id No. : 25gf0089 Locations : Tigbauan, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Part L-c. Drainage Works Approved Budget For The Contract : Php 139,925,000.00 Contract Duration : 257 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B (medium A) For Ge-2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
City Of Bayawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.2 K)
Details: Description Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: 1 1 Lot "construction Of Duplex Housing Units At Enzo Town Homes, " "construction Of Three (3) Duplex Housing Units At Enzo Town Homes With Cement Bamboo Frame Technology A. General Requirements 1.0 Lot 52,442.20 A.1 Temporary Facilities - 1.0 Lot A.2 Others Project Billboard- 1.0 Set Safety Signages (8 Sets Of 2 Ft X 4 Ft)- 8.0 Sets Safety And Health- 1.0 Lot B. Earthworks 1.0 Lot 59,240.49 B.1 Clearing And Grubbing- 169.29 Sq.m B.2 Site Preparation (staking And Layout)- 132. 54 Sq.m B.3 Excavation - 0.75 Cu.m B.4 Gravel Bedding - 6.66 Cu.m B.5 Soil Poisoning - 132.54 Sq.m B.6 Backfill And Compaction - 13.25 Cu.m C. Foundation Works 1.0 Lot 324,237.63 C.1 Wall Footing - 6.0 Cu.m C.2 Chb Foundation Wall With Plastering, 16mm Thick- 48.96 Sq.m C.3 Plinth Beam, Bamboo Dowel - 1.53 Cu.m C.4 Slab On Grade - 9.94 Cu.m D. Fabrication Of Wall Panels 1.0 Lot 769,235.52 D.1 Windown Panel (wp-01) - 6.0 Sets D.2 Window Panel (wp-02) - 6.0 Sets D.3 Door Panel (dp-01) - 6.0 Sets D.4 Door Panel (dp-02) - 6.0 Sets D.5 Door Panel (dp-03) - 6.0 Sets D.6 Solid Panel (sp-01) - 6.0 Sets D.7 Solid Panel (sp-02) - 6.0 Sets D.8 Solid Panel (sp-03) - 12.0 Sets D.9 Solid Panel (sp-04) - 6.0 Sets D.10 Solid Panel (sp-05a) - 3.0 Sets D.11 Solid Panel (sp-05b) - 3.0 Sets D.12 Solid Panel (sp-06a) - 3.0 Sets D.13 Solid Panel (sp-06b)- 3.0 Sets D.14 Architectural Panel (ap-01) - 12.0 Sets E. Fabrication Of Trusses 3.0 Duplex 122,878.29 And Rafter F. Fabrication Of Purlins 1.0 Lot 254,902.81 F.1 Fabrication Of Purlins 1 - 3.0 Duplex F.2 Fabrication Of Purlins 2 - 3.0 Duplex G. Installation Of Wall Panels 1.0 Lot 99,084.65 G.1 Installation Of Panels - 84.0 Sets G.2 Additional Protection For Firewall - 3.0 Duplex G.3 Drilling And Mortar Filling - 3.0 Duplex H. Roofing Works 1.0 Lot 271,245.24 H.1 Installation Of Trusses And Rafter With Mortar Fill- 3.0 Duplex H.2 Installation Of Purlins With Mortar- 3.0 Duplex H.3 Installation Of Roof Sheets With Complete Accessories- 3.0 Duplex I. Wall Cladding 3.0 Duplex 170,239.41 (application Of Plaster/cladding) J. Doors And Windows 54.0 Units 421,500.18 K. Electrical Works 1.0 Lot 128,803.05 K.1 Rough Ins And Fixtures - 3.0 Duplex K.2 Electrical Fixtures - 168.0 Units L. Plumbing Works 1.0 Lot 205,688.76 L.1 Roughing Ins (until Setback Only) - 3.0 Duplex L.2 Plumbing And Sanitary Fixtures - 63.0 Units L.3 Septic Tank - 3.0 Units M. Kitchen Sink (chb Kitchen 3.0 Units 36,421.02 Sink, Floor Slab, Kitchen Extension And Stair) N. Miscellaneous And Consumables 1.0 Lot 23,490.81 " Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents January 10,2025 To January 29,2025 @ 5:00 P.m. Pre-bid Conference January 16,2025 @ 9:00 A.m. Deadline/opening Of Bids January 30,2025 @ 9:00 A.m. Post Qualification February 04,2025 @ 9:00 A.m. Awarding Of Bids February 11,2025 @ 9:00 A.m. Approved: (sgd)virginia D. Sadiasa City Civil Registrar Bac Chairman
MUNICIPALITY OF TAGUDIN Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 2.9 Million (USD 49.6 K)
Details: Description Invitation To Bid For The Contract Package For The Rehabilitation Of Bridge (phase I), Barangay Lubnac, Tagudin, Ilocos Sur 1. The Local Government Unit Of Tagudin, Ilocos Sur, Thru Its Bids And Awards Committee Intends To Apply The Sum Of Two Million Nine Hundred Seven Thousand Three Hundred Twenty Nine Pesos & 97/100 (php2,907,329.97) Being The Approved Budget For The Contract (abc) Through The Ra 7171 Municipal Share, Special Budget No. 2, Appropriation Ordinance No. 6, Series Of 2022 To Payments Under The Contract For The Contract Package For The Rehabilitation Of Bridge (phase I), Barangay Lubnac, Tagudin, Ilocos Sur, Contract No. Infr-2024-26. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Tagudin, Ilocos Sur Now Invites Bids For The: Item No. Description Qty Unit Contract Duration Part A Facilities For The Engineer A.1.1 (8) Provision Of Field Office For The Engineer (rental Basis) As Evaluated 0.67 Mo. 20 C.d. As Submitted 0.67 Mo. A.1.1 (16) Operation And Maintenance Of Field Office For The Engineer As Evaluated 0.67 Mo. As Submitted 0.67 Mo. Total Of Part A Part B Other General Requirements B.5 Project Billboard/signboard (for Coa) As Evaluated 1.00 Ea. As Submitted 1.00 Ea. B.7 (1) Occupational Safety And Health Program As Evaluated 0.67 Mo. As Submitted 0.67 Mo. B.9 Mobilization/demobilization As Evaluated 1.00 L.s. As Submitted 1.00 L.s. Total Of Part B Part C Earthworks 101 (1)a Surplus Common Excavation As Evaluated 4.50 Cu.m. As Submitted 4.50 Cu.m. 102 (2) Embankment From Borrow (common Soil) As Evaluated 232.60 Cu.m. As Submitted 232.60 Cu.m. Total Of Part C Part D Bridge Construction 401 (1) A Concrete Railing (standard Double) As Evaluated 2,730.00 Kg. As Submitted 2,730.00 Kg. 404 (1) B Reinforcing Steel (grade 40)-for Bridge As Evaluated 7,488.00 Kg. As Submitted 7,488.00 Kg. 405 (1) B3 Reinforcing Steel (grade 60)-for Bridge As Evaluated 81.00 Cu.m. As Submitted 81.00 Cu.m. Total Of Part D ***refer To Program Of Works *** Bidders Should Have Completed, For The Past Five (5) 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 General Conditions Of Contract. 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders Shall Obtain Further Information From The Bac Secretariat Of The Local Government Unit Of Tagudin, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Monday - Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024-january 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Local Government Unit Of Tagudin, Ilocos Sur Will Hold A Pre-bid Conference On January 7, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 20, 2025 @ 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 20, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur. 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. 8. The Local Government Unit Of Tagudin, Ilocos Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Loriefel T. Leal Head, Bac Secretariat Local Government Unit, Rizal, Tagudin, Ilocos Sur Tel. No. (077) 652 1740, Fax No. (077) 652 1167 Email Add: Lgutagudinbac_asap@yahoo.com (sgd) Enp. Fredie A. Vedania, Ph.d., Dba Bac Vice Chairman Posted At Philgeps, Lgu Website And At 3 Conspicuous Places (municipal Hall, Mun. Auditorium And Yellow Market) Dated Published: December 28, 2024-january 3, 2025
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 19.6 Million (USD 334.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid For Construction Of Sibalom River Flood Control Project Including Access Road, Tigbauan, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 19,600,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0069 – Construction Of Sibalom River Flood Control Project Including Access Road, Tigbauan, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Sibalom River Flood Control Project Including Access Road, Tigbauan, Iloilo Contract Id No. : 25gf0069 Locations : Tigbauan, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirement Part D. Subbase And Base Course Part E. Surface Course Part H. Miscellaneous Structures Division Iv. Flood And River Control And Drainage Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Approved Budget For The Contract : Php 19,600,000.00 Contract Duration : 140 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 – January 21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 7, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On January 21, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 9.9 Million (USD 169 K)
Details: Description Invitation To Bid For Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only (php 9,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands – 25ne0059 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands Contract Id No. : 25ne0059 Locations : Brgy. Ferdinand, Basilisa, Dinagat Islands Scope Of Works : Facilities For The Engineer, Other General Requirements, Earthworks, Reinforced Concrete, Finishing And Other Civil Works, Electrical, And Mechanical Approved Budget For The Contract : 9,900,000.00 Contract Duration : 240 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Gb-1. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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 Dinagat Islands District Engineering Office And Inspect The Bidding Documents At Brgy. Cuarinta, San Jose, Dinagat Islands During Weekdays From Monday To Friday 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 31, 2024 – January 21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php 10,000.00). 6. 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 - Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office Will Hold A Pre-bid Conference On 10:00 A.m., January 7, 2025 At Bac, Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_dinagatisland@dpwh.gov.ph For Electronic Submission On Or Before 10:15 A.m., January 21, 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. 10. Bid Opening Shall Be On 10:30 A.m., January 21, 2025 At Bac, Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands. 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. 11. The Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) 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 Of The Bid. 12. For Further Information, Please Refer To: Jacinto G. Ederosas Jr. Cyril T. Aranas, Jr. Bac Secretariat Head Bac Chairperson 09953114034 09087510889 Dpwh_dinagat@yahoo,com Dpwh_dinagat@yahoo,com
Department Of Public Works And Highways Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan 2nd District Engineering Office Abulug, Cagayan, Region Ii Invitation To Bid “organizational Outcome 2: Protect Lives And Properties Against Major Floods-flood Management Program-construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Dugo Flood Control Along Abulug River, Package 2, Barangay Dugo, Abulug, Cagayan” 1. The Dpwh-cagayan 2nd District Engineering Office, Through The General Appropriation Act (gaa) For Cy 2025 Intends To Apply The Sum Of Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Organizational Outcome 2: Protect Lives And Properties Against Major Floods-flood Management Program-construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Dugo Flood Control Along Abulug River, Package 2, Barangay Dugo, Abulug, Cagayan Or Contract Id No. 25bc0009. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-cagayan 2nd District Engineering Office Now Invites Bids For The Above Procurement Project With The Following Details: Name Of Contract : Organizational Outcome 2: Protect Lives And Properties Against Major Floods-flood Management Program-construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Dugo Flood Control Along Abulug River, Package 2, Barangay Dugo, Abulug, Cagayan Contract Id No. : 25bc0009 Locations : Abulug, Cagayan Scope Of Works : Fcsps: Flood Control: Construction-slope Protection Using Structural Measure (e.g. Revetment, Retaining Structures, Wirenet) • Finishing And Other Civil Works • Drainage And Slope Protection Structures • Earthworks • Bank And Slope Protection Works • Drainage Works • Protective Works And Accessories Abc : Php 96,500,000.00 Contract Duration : 241 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 Procurement Unit, 2nd Floor, New Building Dpwh-cagayan 2nd Deo, Purok Lailo, Libertad, Abulug, Cagayan During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2023 To February 4, 2025 From 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 Only (php 50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Dpwh-cagayan 2nd District Engineering Office Will Hold A Pre-bid Conference On January 23, 2025, 10:00 Am. At New Conference Room, Ground Floor, Annex Building, Dpwh-cagayan 2nd Deo And/or Live-streaming On Youtube: Https://www.youtube.com/channel/ucakdik4oewawl0jeka55rhw, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manually Or Electronically: (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 4, 2025, 10:00 Am. 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 16. 9. Bid Opening Shall Be On February 4, 2025, Immediately After The Deadline Of Submission Of Bids At New Conference Room, Ground Floor, Annex Bldg., Dpwh-cagayan 2nd Deo And/or Through Dpwh E-bid Submission Portal. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh-cagayan 2nd 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. 11. For Further Information, Please Refer To: Engr. Kristian T. Raguirag Head, Bac Secretariat Dpwh-cagayan 2nd Deo 2nd Floor, Procurement Unit Purok Lailo, Libertad, Abulug, Cagayan Cellphone No.: +63-976-389-8112 Email Address: Dpwhcagayan2nddeo.bacsec@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Notices.philgeps.gov.ph For Online Bid Submission: Electronicbids_cagayan2@dpwh.gov.ph January 13, 2025 ___________________________________ Engr. Jesselito D. Bassig Engineer Iii, Chief- Planning And Design Section Bac - Chairperson Dpwh-cagayan 2nd Deo Purok Lailo, Libertad, Abulug, Cagayan Cellphone No.: +63-927-196-2342
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 29.7 Million (USD 507.9 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid For Construction Of Tangyan Flood Control And Revetment Project Along Lubacan-nito-an-lupsag Section, Guimbal, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 29,700,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0090 – Construction Of Tangyan Flood Control And Revetment Project Along Lubacan-nito-an-lupsag Section, Guimbal, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Tangyan Flood Control And Revetment Project Along Lubacan-nito-an-lupsag Section, Guimbal, Iloilo Contract Id No. : 25gf0090 Locations : Lubacan-nito-an-lupsag Section, Guimbal, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Division Iv. Flood Control, Drainage And Water Supply Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Approved Budget For The Contract : Php 29,700,000.00 Contract Duration : 151 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 29.7 Million (USD 507.9 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid For Construction Of Jarao Flood Control And Revetment Project Along Nahapay-binanu-an Camangahan Section, Guimbal, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 29,700,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0091 – Construction Of Jarao Flood Control And Revetment Project Along Nahapay-binanu-an Camangahan Section, Guimbal, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Jarao Flood Control And Revetment Project Along Nahapay-binanu-an Camangahan Section, Guimbal, Iloilo Contract Id No. : 25gf0091 Locations : Guimbal, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Division Iv. Flood Control, Drainage And Water Supply Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Part L-c. Drainage Works Approved Budget For The Contract : Php 29,700,000.00 Contract Duration : 130 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
991-1000 of 1098 archived Tenders