Earthwork Tenders

Earthwork Tenders

BARANGAY PANITIAN, QUEZON, PALAWAN Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 86.8 K (USD 1.4 K)
Details: Description Invitation To Bid For Supply And Delivery Of Materials For The Construction Of Katarungan Barangay Office At Barangay Panitian, Quezon, Palawan. 1. The Sangguniang Barangay Of Barangay Panitian From 20% Barangay Development Fund For Cy 2024 Intends To Apply The Sum Of Eighty-six Thousand Eight Hundred Five (86,805.00) Pesos Only Being Abc To Payments Under The Contract For The Construction Of Katarungan Barangay Office At Barangay Panitian, Quezon, Palawan. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. The Sangguniang Barangay Of Barangay Panitian, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 Working Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within The Period Of November 29, 2024, To November 29, 2025, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 2. Construction Of Katarungan Barangay Office With Dimensions Of 4.00 Meters Wide, 6.00 Meters Long, And 4.20 Meters High. The Work Includes Siteworks; Earthworks & Gravel Bedding; Formworks & Scaffolding; Reinforcing Steel Bars; Concrete Works; Masonry Works; Carpentry Works And Doors & Windows. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No.9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, According To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Blgu Of Barangay Panitian, Quezon, Palawan, And Inspect The Bidding Documents At The Address Given During Given Below From 8:00 Am To 5:00 Pm, Monday To Friday (except On Official Holidays). 5. Interested Bidders May Acquire A Complete Set Of Bidding Documents On January 10, 2025, 8:00 Am To 5:00 Pm Monday To Friday Until January 20, 2025 At 8:30 Am From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Under The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred (500.00) Pesos Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Indicated Below, On Or Before January 20,2025, 9:00 Am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 20,2025, 9:00 Am At Barangay Hall Of Barangay Panitian, Quezon, Palawan. Bids Will Be Opened In The Presence Of The Bidder Representative Who Chooses To Attend The Activity. 9. The Sangguniang Barangay Of Barangay Panitian, 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 R.a No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Bac Secretariat Barangay Panitian, Quezon, Palawan Fb Acc.: Barangay Panitian, Quezon, Palawan Email:brgypanitian.2023@gmail.com. January 10,2025 Randy D. Labor Bgy. Kagawad/bac Chairperson

Municipality Of Quezon, Nueva Vizcaya Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 50 Million (USD 856 K)
Details: Description Item No. Description Quantity Unit Part A - Facilitie For The Engineers A.1.1 (6) Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineers (rental Basis) 12.00 Month A.1.1 (11) Provision Of Furnitures/fixtures, Equipment & Appliances For The Field Office For The Engineer 1.00 Lump Sum A.1.2 (2) Provision Of 4x4 Pick Up Type Service Vehicle For The Engineer On Bare Rental Basis 12.00 Month Part B - Other General Requirments B.4 (10) Miscellaneous Survey And Staking 1.00 Lump Sum B.5 Project Billboard 2.00 Each B.7(2) Occupational Safety And Health Program 1.00 Lot B.9 Mobilization/demobilization 1.00 Lump Sum Part C - Earthworks 100(1) Clearing & Grubbing (with Stripping) 10,620.00 Sq.m. 101(3)b2 Removal Of Exisiting Concrete Pavement (0.20m Thk) 5,440.00 Sq.m. 102(2) Surplus Common Excavation 39,825.00 Cu.m. 102(3)a Surplus Rock Excavation (soft) 10,000.00 Cu.m. 102(3)b Surplus Rock Excavation (hard) - Blasting 4,454.00 Cu.m. 103(1)a Structure Excavation (common Soil) 852.00 Cu.m. 103(6)a Pipe Culvert And Drain Excavation 91.00 Cu.m. 104(1)a Embankment (from Excavation) 8,032.00 Cu.m. 105(1)a Subgrade Preparation 10,620.00 Sq.m. Part D - Subbase And Base Course 200 Aggregate Subbase Course 3,186.00 Cu.m. Part E - Surface Cources 300(1) Gravel Surface Course 531.00 Cu.m. 311(1)a.2 Pcc Pavement (plain)-conventional Method, 200mm Thk. 8,097.75 Sq.m. Part G - Drainage And Slope Protection Structures 500(1)b3 Reinforced Concrete Pipe Culverts, 910mm Dia. 50.00 Ln.m. 502(3)a3 Catch Basins 5.00 Ea. 506 Stone Masonry 1,846.00 Cu.m. Equipment Needed (minimum): 1 Unit Backhoe (0.80 Cu.m.) 4 Units Transit Mixer 1 Unit Concrete Screeder (5.5 Hp) 1 Unit Backhoe W/ Breaker (0.80 Cu.m.) 1 Unit Backhoe, Wheel Mounted (26 Cu.m.) 1 Unit Concrete Vibrator 1 Unit Bulldozer W/ Ripper, Dx175 1 Unit Water Truck (16000l) 1 Unit Plate Compactor (5 Hp) 1 Unit Bulldozer, Dx175 1 Unit Boom Truck 1 Unit Bar Bender, Three Phase 1 Unit Motorized Road Grader, G710a 1 Unit One Bagger Mixer 1 Unit Bar Cutter, Single Phase 1 Unit Vibratory Roller (10m.t.), Sd100dc 1 Unit Pneumatic Drilling Machine 1 Unit Payloder (1.5 Cu.m.), Lx80-2c 1 Unit Rtk W/ Complete Accessories 1 Unit Cargo Truck (9-10 Mt.) 1 Unit Air Compressor 3 Units Dump Truck (12 Cu.yd) 1 Unit Concrete Saw, 14''ø Blade

City Of Pagadian Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 970.4 K (USD 16.5 K)
Details: Description Improvement /rehabilitation Of River Control Item Description Unit Qty. Unit Price Amount Part A General Requirements B.5 Project Billboard/ Sign Board Ea 1.00 B.7(2) Construction, Safety And Health Program Ls 1.00 B.9 Mobilization & Demobilization Ls 1.00 Part B Earthworks 801(1) Removal Of Structures And Obstruction (other Than Concrete) Ls 1.00 103(1)c Structure Excavation (hard Rock) M³ 24.72 Part C Slope Protection Structures (river Control) 404(1) Reinforcing Steel Bar Kg 843.00 405(1) Structural Concrete Class A, 28 Days (minor Structures) M³ 21.38 405(1)a3.a Structural Concrete, Class A -28 Days M³ 14.85 405(1)a3.b Structural Concrete With Formworks Class A -28 Days M³ 7.53 505(5) Grouted Riprap, Class A M³ 95.76 Total Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-11 Name Of Contract: Improvement /rehabilitation Of River Control At Purok Kapalaran , Brgy. Balangasan 1sail24-8000df-c1 Approved Budget For The Contract -p 970,425.60 Completion Of Work -120 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail 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 The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 29, 2025 To February 5, 2025 2-issuance And Availability Of Bidding Documents January 29, 2025 To February 5, 2025 3-pre-bid Conference N/a 4- Submission And Receipt Of Bids /bid Opening February 5, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 1000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian 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 Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 29, 2025 To February 5, 2025

MUNICIPALITY OF INOPACAN, LEYTE Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 499.9 K (USD 8.6 K)
Details: Description 1. The [local Government Unit Of Inopacan, Leyte], Through The [20% Development Fund Of The Municipal Engineering Office (meo) With Aip Ref. Code No. 8000-000-3-1-10-03-010, Intends To Apply The Sum Of (four Hundred Ninety-nine Thousand Nine Hundred Twenty-nine Pesos Only And 07/100 (php 499,929.07) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The [road Concreting In Purok 1 At Brgy. Tao-taon (beside Lando Vulacanizing)]. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The [local Government Unit Of Inopacan, Leyte] Now Invites Bids For The [rroad Concreting In Purok 1 At Brgy. Tao-taon (beside Lando Vulacanizing)]. Completion Of Works Is Required [18 Calendar Days After Contract Signing]. 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. Instruction To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As An Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184 Otherwise Known As ‘government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, 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 May Obtain Further Information From The [bids And Awards Committee Of Lgu – Inopacan, Leyte] And Inspect The Bidding Documents At The Address Given Below During [office Hours At 8:00 A.m. To 5:00 P.m.]. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On [january 25, 2025 To February 14, 2025] From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of [five Hundred Pesos Only (php 500.00)]. Bids Must Be Delivered To The Address Below On Or Before [february 14, 2025 At 10:00 A.m.]. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In The Itb Clause 18.2. 6. The [local Government Unit Of Inopacan, Leyte] Will Hold A Pre-bid Conference On [______ At 9:00 A.m] At The [new Municipal Building, Poblacion, Inopacan, Leyte] Which Shall Be Open To All Prospective Bidders. 7. Bid Opening Shall Be On [february 14, 2025 At 10:00 A.m.] At The [conference Room, New Municipal Building, Poblacion, Inopacan, Leyte]. 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 Inopacan, Leyte] 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. 9. For Further Information, Please Refer To: Engr. Francis Jonathan B. Phua Bac Chairperson New Municipal Building Poblacion, Inopacan, Leyte – 6522 Contact No. 0997-255-5525 (sgd) Engr. Francis Jonathan B. Phua Bac Chairperson Other Information: Project Description: 1. Road Concreting In Purok 1 At Brgy. Tao-taon (beside Lando Vulcanizing) •clearing – 306.00 Sq.m •earthworks/embankment – 33.00 Cu.m •concrete Works, Pccp – 38.25 Cu.m •general Requirements – 1.0 Lot

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 49.4 Million (USD 846.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Lanao Del Norte 2nd District Engineering Office 0054 Seminary Drive, Del Carmen, Iligan City, Region X Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0071– Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1644+298-k1644+363, Nunungan, Lanao Del Norte Abc – Php 4,917,640.00 2. 25kf0072– Local Program-national Building Program-building And Other Structures – Multi-purpose/facilities Construction Of Dpwh Office Building, Dpwh Lanao Del Norte 2nd Deo, Lala, Lanao Del Norte Abc – Php 49,499,834.11 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1644+298-k1644+363 Contract Id No. : 25kf0071 Locations : Nunungan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 4,917,640.00 Contract Duration : 116 Cd Cost Of Bidding Document : Php 5,000.00 2.name Of Contract : Local Program-national Building Program -building And Other Structures – Multi-purpose/facilities Construction Of Dpwh Office Building, Dpwh Lanao Del Norte 2nd Deo, Lala, Lanao Del Norte Contract Id No. : 25kf0072 Locations : Lala, Lanao Del Norte Scope Of Works : Part 1: Facilities For The Engineer; Part Ii: Other General Requirements; Part Iii: Civil Mechanical, Electrical And Sanitary/ Plumbing Works: Part A: Earthworks; Part B: Plain And Reinforced Concrete Works; Part C: Finishing And Other Works; Part D: Electrical Works Approved Budget For The Contract : Php 49,499,834.11 Contract Duration : 225 Cd Cost Of Bidding Document : Php 25,000.00 Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B Up To Medium B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Iv. 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. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 5, 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. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. 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. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before February 5, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On February 5, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Xii. The Dpwh - Lanao Del Norte 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: January 17-23, 2025 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw020

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Lanao Del Norte 2nd District Engineering Office 0054 Seminary Drive, Del Carmen, Iligan City, Region X Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0071– Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1644+298-k1644+363, Nunungan, Lanao Del Norte Abc – Php 4,917,640.00 2. 25kf0072– Local Program-national Building Program-building And Other Structures – Multi-purpose/facilities Construction Of Dpwh Office Building, Dpwh Lanao Del Norte 2nd Deo, Lala, Lanao Del Norte Abc – Php 49,499,834.11 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1644+298-k1644+363 Contract Id No. : 25kf0071 Locations : Nunungan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 4,917,640.00 Contract Duration : 116 Cd Cost Of Bidding Document : Php 5,000.00 2.name Of Contract : Local Program-national Building-building And Other Structures – Multi-purpose/facilities Construction Of Dpwh Office Building, Dpwh Lanao Del Norte 2nd Deo, Lala, Lanao Del Norte Contract Id No. : 25kf0072 Locations : Lala, Lanao Del Norte Scope Of Works : Part 1: Facilities For The Engineer; Part Ii: Other General Requirements; Part Iii: Civil Mechanical, Electrical And Sanitary/ Plumbing Works: Part A: Earthworks; Part B: Plain And Reinforced Concrete Works; Part C: Finishing And Other Works; Part D: Electrical Works Approved Budget For The Contract : Php 49,499,834.11 Contract Duration : 225 Cd Cost Of Bidding Document : Php 25,000.00 Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B Up To Medium B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Iv. 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. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 5, 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. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. 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. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before February 5, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On February 5, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Xii. The Dpwh - Lanao Del Norte 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: January 17-23, 2025 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw020

City Of Baton Rouge Parish Of East Baton Rouge Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: To Be Published Three Times-legal November 1, 8, & 15 2024 The Advocate Baton Rouge, Louisiana Notice To Contractors The City Of Baton Rouge And Parish Of East Baton Rouge Will Receive Electronic Or Paper Bids For The Construction Of The Following Project: Mall Of Louisiana Boulevard (rr Bridge And Pump Station) (city Parish Project No. 12-cs-hc-0043d) Project Description: Earthwork, Drainage Structures, Base Course, Portland Cement Concrete Pavement, Asphalt Pavement, Railroad Bridge, Mse Walls, Pump Station. Electronic Or Sealed Bids Will Be Received Until 2:00 P.m. Local Time, Tuesday, December 10, 2024, By The Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No Bids Will Be Received After 2:00 P.m. On The Same Day And Date. Bid Openings Can Be Observed In Person Or Via Teleconference. Teleconference Call-in Information Join By Phone +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 Electronic Bids And Electronic Bid Bonds For The Solicitation Will Be Downloaded By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division. Beginning As Soon As Feasible After The Bid Closing Time All Electronic Bids Will Be Downloaded And Publicly Read Aloud Along With All Paper Bids Received, If Any, In Room 806 Of City Hall Immediately After The 2:00 P.m. Bid Closing. Bids, Amendments To Bids, Or Request For Withdrawal Of Quotations, Received After Time Specified For Bid Opening Shall Not Be Considered For Any Cause Whatsoever. Bids Shall Be Firm For A Period Of Forty Five (45) Days From The Date Of The Opening Of Bids And No Bid Shall Be Withdrawn For Any Reason During This Period Of Time Except As Allowed Per R.s. 38:2214.c. Official Bid Documents Are Available At Central Bidding (www.centralbidding.com). Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At (225) 810-4814. Paper Copies Of The Plans, Specifications And Contract Documents Are On File And May Be Obtained From The Public Works And Planning Center Located At 1100 Laurel St., Engineering Division, Room 137 Or Post Office Box 1471, Baton Rouge, Louisiana 70821, Upon Payment Of $95.00. (make Checks Payable To The City Of Baton Rouge And Parish Of East Baton Rouge.) Fees For Plans, Specifications And Contract Documents Are To Cover The Cost Of Reproduction And Are Non-refundable In Accordance With Louisiana Revised Statutes. A Certified Check Or Cashier's Check, Payable To The Parish Of East Baton Rouge Or A Satisfactory Bid Bond Executed By The Bidder And An Acceptable Surety, In An Amount Equal To Five Percent (5%) Of The Total Bid, Shall Be Submitted With Each Bid. Bids Shall Be Received Electronically Via Www.centralbidding.com Or On Solicitation Bid Forms Furnished By The City Of Baton Rouge And Parish East Baton Rouge, And Only Those Bids Shall Be Received By The City-parish Which Are Submitted By Those Contractors In Whose Names The Solicitation Bid Forms And/or Specifications Were Issued. In No Event Shall Paper Solicitation Forms Be Issued Later Than Twenty-four (24) Hours Prior To The Hour And Date Set For Receiving Proposals. The City Of Baton Rouge And Parish Of East Baton Rouge Has Established A Socially And Economically Disadvantaged Business Enterprise (sedbe) Program In Accordance With Revised Statute Rs 33:2233.4. It Is The Policy Of The Parish To Ensure That Eligible Business Enterprises Ebe’s, Certified In Accordance With The Parish Program, Have An Equal Opportunity To Receive And Participate In Parish Contracts. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work And Has Established A Minimum Ebe Goal Of 10% Of The Contract Amount. All Bidders Shall Achieve This Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening. All Contractors Bidding On This Work Shall Comply With All Provisions Of The State Licensing Law For Contractors, R.s. 37:2150-2163, As Amended, For All Public Contracts. It Shall Also Be The Responsibility Of The General Contractor To Assure That All Subcontractors Comply With This Law. If Required For Bidding, Contractors Must Hold An Active License Issued By The Louisiana State Licensing Board For Contractors In The Classification Of Highway, Street, And Bridge Construction And Heavy Constuction, And Must Show Their License Number On The Face Of The Bid Envelope And The Uniform Public Works Bid Form. In Accordance With La. R.s. 38:2214 (b) The City Of Baton Rouge And Parish Of East Baton Rouge Reserves The Right To Reject Any And All Bids For Just Cause. In Accordance With La. R.s. 38:2212 (a)(1)(b), The Provisions And Requirements Of This Section, Those Stated In The Advertisement For Bids, And Those Required On The Bid Form, Shall Not Be Considered As Informalities And Shall Not Be Waived By Any Public Entity. Bidders Must Comply With The Sedbe Program. Copies Of Sedbe Program Documents Are Available Upon Request From City Of Baton Rouge And Parish Of East Baton Rouge (“city-parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, La 70802. For Questions Or Clarification About The Program, Please Contact The Sedbe Liaison Officer At The Purchasing Division, At (225) 389-3259. There Will Be No Pre-bid Conference. For All Other Questions Of Comments Concerning The Project Plans, Specifications, Or Bidding Documents Please Contact Kate Prejean, Avp, Pe At 1-225-405-5363 Or Kbprejean@hntb.com. Review Additional Notice To Bidder In Part 2 For Information Related To Kansas City Southern Railway Company Requirements Of The Contractor.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 7.9 Million (USD 136.9 K)
Details: Description Invitation To Bid For Contract Id No.: 25gk0128 Rehabilitation Of Multi-purpose Building (municipal Hall), Manapla, Negros Occidental 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 7,919,999.96 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Multi-purpose Building (municipal Hall), Manapla, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Rehabilitation Of Multi-purpose Building (municipal Hall), Manapla, Negros Occidental Contract Id No. : 25gk0128 Locations : Manapla, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthwork Part E: Finishing And Other Civil Works Part F: Electrical Part G: Mechanical Approved Budget For The Contract : Php 7,919,999.96 Contract Duration : 150 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. 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 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. 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 And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary 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 Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 20, 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 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 Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 20, 2025 At 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 15. 11. Bid Opening Shall Be On February 20, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Capiz 1st District Engineering Office Km. 1, Roxas City, Capiz, Region Vi Invitation To Bid For Contract Id No.: 25gd0029 Contract Name: Construction Of Multi-purpose Building, Barangay Santo Niño, President Roxas, Capiz 1. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through The Fy 2025 National Expenditure Program (nep) – Early Procurement Activity (epa) Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gd0029 – Construction Of Multi-purpose Building, Barangay Santo Niño, President Roxas, Capiz. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Santo Niño, President Roxas, Capiz Contract Id No. : 25gd0029 Location : Barangay Santo Niño, President Roxas, Capiz Scope Of Works : Part B. Other General Requirements Part C. Earthwork Part D. Reinforced Concrete Part E. Finishing And Other Civil Works Part F. Electrical Part G. Mechanical Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 110 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 For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-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 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attach Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. 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 “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 Department Of Public Works And Highways Capiz 1st District Engineering Office And Inspect The Bidding Documents At Procurement Unit, Km. 1, Roxas City, Capiz During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024, To January 09, 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 5,000.00. 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 Department Of Public Works And Highways Capiz 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024, At 10:00 A.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_capiz1@dpwh.gov.ph For Electronic Submission On Or Before January 09, 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. 11. Bid Opening Shall Be On January 09, 2025, At 10:00 Am At Department Of Public Works And Highways Capiz 1st District Engineering Office, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Chooses To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Capiz 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. 13. For Further Information, Please Refer To: Jonathan S. Oro Head, Bac-secretariat (036) 620-2533 Hanzel B. Samson Bac-chairperson (036) 620-0490

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Not Be Notified Of The Results Of The Evaluation. the U.s. Army Corps Of Engineers – Galveston District Has Been Tasked To Solicit And Award A Construction Contract For The Texas City I Wall. The Proposed Project Will Result In A Firm-fixed Price Contract. The Government Intends To Issue A Solicitation; However, The Results And Analysis Of The Market Research Will Finalize The Determination Of Procurement Method. The Type Of Set-aside, If Any, Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis. the Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), 8(a) Small Business Development Program, Historically Underutilized Business Zones (hub-zone), Service Disabled Veteran Owned Small Business (sdvosb), And Woman-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Business, Section 8(a), Hubzone, Wosb, And Sdvosb Businesses Are Highly Encouraged To Participate. should The Acquisition Be Set-aside For The 8(a) Program, 8(a) Firms Are Reminded They Need To Have A Bona Fide Office In The Geographical Area Of Consideration Where The Work Is To Be Performed As Determined By Sba. project Information: general Description: The Project Includes The Demolition Of Approximately 360 Linear Feet Of Existing Floodwall And Construction Of Approximately 360 Linear Feet Of New Floodwall. Demolition Also Includes Specified Features Such As Pavements, Existing Hesco Barrier And Storm Drain Infrastructure And Other Existing Features In Direct Conflict With Construction That Are Not Handled By The Non-federal Sponsor. The I-wall Will Be Replaced With A Concrete Inverted T-wall That Goes From Ground Elevation (approx. 9.5 Feet On Average) To Elevation 22.25 Feet, Consisting Of Approximately 12,800 Linear Feet Of Steel H-piles, Miscellaneous Earthwork, And Water-tight Door And Frame. The Project Will Not Include The Placement Of Temporary Flood Protection. The Work Area Is Within An Active Chemical Refinery And The Contractor Will Be Required To Provide Security Personnel To Meet Marsec Requirements. Additionally, Vibration Monitoring Will Be Required. All Work Activities Due To Loading And Unloading Along The Dock Must Be Coordinated By Contractor With Ineos.this Project Is Located In Galveston County, Texas City, Texas. completion Time: 9 Months. estimated Magnitude For This Effort Is Between $10,000,000 And 25,000,000. naics Code 237990, Other Heavy And Civil Engineering Construction. sb Size Standard Is $45.0m. psc Code: Y1kz Construction Of Other Conservation And Development Facilities bonding Requirements: The Contractor Will Be Required To Provide The Performance And Payment Bonds Within 3 Calendar Day After Award. The Contractor Shall Begin Work Within 10 Calendar Days After Acknowledgement Of The Notice To Proceed. questions Concerning This Sources Sought Should Be Emailed To The Contract Specialist, Ms. Carmen E Hopkins Carmen.e.hopkins@usace.army.mil. anticipated Solicitation Issuance Date Is On Or About April 2024, And The Estimated Proposal Due Date Will Be On Or About August 2024. The Official Synopsis Citing The Solicitation Number Will Be Issued On Beta.sam And Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Synopsis. However, All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual, (em 385 1-1, And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations). responses Are Limited To 10 Pages And The Following Information Is Requested: sam Unique Entity Id (uei) & Commercial And Government Entity (cage) (this Information Can Be Obtained From Your System For Award Management (sam) Registration At Www.sam.gov ). name Of Firm W/address, Phone, Fax, E-mail Address, And Point Of Contact. state If Your Company Is A Small Business, Sba Certified 8(a) Firm, Hubzone Small Business, Or Service-disabled Veteran-owned Small Business. Proof Of Small Business Administration (sba) Registration For 8(a), Hubzone Small Business And Woman-owned Small Business Shall Be Provided As Part Of Your Documentation. firm's Bonding Capability (bonding Level Per Contract And Aggregate Bonding Level, Both Expressed In Dollars, Via Letter From The Bonding Company). indicate Whether Your Firm Will Submit A Bid For This Project If Set-aside For Small Business, 8(a), Hubzone Small Business, Service Disabled Veteran-owned Small Business Or Woman-owned Small Business. provide Information On The Most Recent Up To Five Projects That Demonstrate Experience As A Prime Contractor Of Your Firm's Capability To Perform A Contract Of This Magnitude And Complexity. Incorporate A Brief Description Of The Project, Contract Number, Customer's Name And Phone Number, Timeline Of Performance, Customer Satisfaction And Dollar Value Of The Project. firm's Joint Venture Information If Applicable - Existing And Potential. firms Responding To This Sources Sought Announcement, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. this Announcement And All Information Will Be Issued Via The Government Point Of Entry, Procurement Integrated Enterprise Environment And Offerors Must Be Active In Sam To Be Eligible For Award Of Government Contracts, Including Documenting Sec. 889 Compliance In Sam That Include Far 52.204-24 And Far 52.204-25. Contracting Will Verify The 889(a) And (b) Compliance – Per Far 52.204-26. Award Cannot Be Issues For Non-compliance Until Sam Registration Is Complete, Otherwise Offerors Will Not Be Eligible For Award. the Supplier Performance Risk System (sprs) Is The Department Of Defense, Single, Authorized Application To Retrieve Supplier Performance Information. Sprs Is A Web-enabled Enterprise Application That Gathers, Processes, And Displays Data About The Performance Of Suppliers And Must Be Completed Prior To An Award In Accordance With Dfars 204.7303(b)(1), Dfars 204.7304(e), Dfars 252.204-7020, Dodi 5000.79. Review Nist Sp 800-171 For Further Information. if You Can Meet All Of The Requirements For This Project, Please Respond To This Sources Sought Announcement No Later Than The Response Date And Time Indicated In This Announcement. interested Firms Should Submit Responses Via Email To Carmen E Hopkins Carmen.e.hopkins@usace.army.mil By 9 January 2025 At 1600 Cst. All Interested Firms Must Be Registered In Beta.sam.gov To Be Eligible For Award Of Government Contracts.
1241-1250 of 1649 archived Tenders