Earthwork Tenders
Earthwork Tenders
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation For The Supply Of Labor And Materials For The Construction Of Shed/ Holding Area Located At Ces Corn Bodega, Maguikay, Mandaue City, Cebu… 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of ₱ 391,061.42 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Shed/ Holding Area Located At Ces Corn Bodega, Maguikay, Mandaue City, Cebu… 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Suppliers/ Bidders For The Supply Of Labor And Materials For The Construction Of Shed/ Holding Area Located At Ces Corn Bodega, Maguikay, Mandaue City, Cebu…… With The Following Details: Minimum Equipment Requirement: Plain Compactor: 1 (leased); One-bagger: 1 (leased); Bar Cutter: 1 (owned); Welding Machine: 1 (owned) Technical Personnel Required: Project Engineer -1; Foreman – 1; Skilled Laborer – 3; Unskilled Laborer – 6; & Safety Officer - 1 Work Description: Part A: General Requirements Part B: Earthworks Part C: Reinforced Concrete Works Part D: Finishing Part E: Metal Structures Part F: Roofing Works Part G: Painting Works Project Duration: 45 Calendar Days 3. The Bidder Must Submit Legal Documents Such As Mayor’s Permit, Philgeps Certificate And/or Registration Number. The Office Will Require The Winning Bidder To Submit Income/business Tax Return (for Abc ₱ Above 500,000.00) And Omnibus Statement Prior Recommendation Of Award (bac Resolution). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered, Together With The Required Legal Documents Stated At Item Number 3, To The Bac Chairperson Office / Procurement Unit At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. Failure To Submit The Said Legal Documents Will Disqualify The Bidder. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Address And Contact Numbers Indicated Below. Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 Telefax No. 032-268-2698 Darfu7@ymail.com / Da7ps@yahoo.com / Da7gs@yahoo.com 7. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 8. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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 And Required Documents To Be Submitted , Please Contact : Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 391 K (USD 6.6 K)
MUNICIPALITY OF SANTA TERESITA, CAGAYAN Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid For The Construction Of Camping Facilities For Bangalao Picnic Groove Barangay Luga, Santa Teresita, Cagayan 1. The Local Government Unit Of Santa Teresita, Through 20% Development Fund 2024 Continuing 2025 Intends To Apply The Sum Of Seven Hundred Thousand Pesos (p 700,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Camping Facilities For Bangalao Picnic Groove. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Brief Description Of The Contract: Item No. Description Unit Qty. I Earthworks Ls 1.00 Ii Concrete Works Cu.m 7.99 Iii Masonry Works Sq.m 54.95 Iv Doors And Windows Ls 1.00 V Carpentry And Joinery Works Sq.m 30.24 Vi Tile Works Sq.m 34.36 Vii Plastering Works Sq.m 109.90 Viii Roofing And Roofing Frame Ls 1.00 Ix Plumbing Works Ls 1.00 X Railings (ss 304; 30mm) Ls 1.00 Xi Painting Works Sq.m 163.90 Xii Electrical Works Ls 1.00 2. The Local Government Unit Of Santa Teresita Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) 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 Local Government Unit Of Sta. Teresita And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 4:00 Pm From Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 From Given 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 One Thousand Pesos (p 1,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Through Courier At The Office Address Indicated Below On Or Before February 3, 2025 1:00 Pm. 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 16. 8. Bid Opening Shall Be On February 3, 2025 1:15 Pm At The Given Address And/or Through Video Conferencing When Applicable Or As The Need Arises. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Santa Teresita 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. 10. For Further Information, Please Refer To: Louvette D. Madrid Head, Bac Secretariat Local Government Unit Of Santa Teresita Santa Teresita, Cagayan Email Address: Madridlouvette@gmail.com Engr. Mark Henri M. Mercado, Enp Bac Chairperson Local Government Unit Of Santa Teresita Santa Teresita, Cagayan
Closing Date31 Jan 2025
Tender AmountPHP 700 K (USD 11.9 K)
Province Of Occidental Mindoro Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Concreting Of Road At Lower B1, Barangay Central, Sjom 1. The Municipality Of San Jose, Through The 20% Development Fund Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos Only (php 2,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Road At Lower B1, Barangay Central, Sjom / Sjom-infra-0110-2024 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of San Jose Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 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 Municipality Of San Jose And Inspect The Bidding Documents At The Address Given Below From Monday – Friday At 8:00 -5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 – January 10, 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 Five Thousand Pesos Only Php. 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Municipality Of San Jose Will Hold A Pre-bid Conference On December 27, 2024 – 03:30 Pm At Bac Office, 2nd Floor Multi-purpose Building, Hidalgo Street, Barangay Vii, San Jose, Occidental Mindoro, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 10, 2025 – Friday 8:30 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 January 10, 2025 – Friday 09:30 In The Morning At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of San Jose 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: Bac Secretariat Bac Office 63-916-3300236 / (043)-732-1286 2nd Floor Multi-purpose Building, Hidalgo Street, Barangay Vii, San Jose, Occidental Mindoro 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph (sgd) Joseph E. Salgado, Enp Bac Chairman Work To Be Done: Part I - Temporary Facilities A.1.1 Provision Of Temporary Facilities B.5 Project Billboard/signboard B.7 Occupational Safety And Health Program B.9 Mobilization And Demobilization Part C - Earthworks Item 105 Subgrade Preparation Part D - Subbase And Base Course Item 201 Aggregate Base Course Part E - Surface Courses Item 311 Portland Cement Concrete Pavement
Closing Date10 Jan 2025
Tender AmountPHP 2.5 Million (USD 43 K)
Visayas State University Main Campus Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Visayas State University, Through Its Bids And Awards Committee (bac), Invites Contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Extension Of Usso Office Building (vsu-infra-25-03) Location : Visayas State University, Visca, Baybay City, Leyte Brief Description : General Requirements, Earthworks, Forms And Scaffolding, Concrete Works, Roofing Works, Architectural Works, Etc. Total Approved Budget For The Contract : Php 3,000,000.00 Source Of Fund : Special Trust Fund (stf) 2025 Contract Duration : 100 Calendar Days The Bac Will Conduct The Procurement Process In Accordance With The Revised Implementing Rules And Regulations (irr) Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bids. To Bid For This Contract, A Contractor Must Purchase Bid Documents And Meet The Following Major Criteria: (a) Filipino Citizen Or 75% Filipino Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of 5 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc, Or Credit Line Commitment At Least Equal To 10% Of Abc. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. The Significant Schedules And Deadlines Of Procurement Activities Are Shown Below: 1. Availability And Issuance Of Bidding Documents: 18 January – 10 February Until 3:00 Pm 2. Pre-bid Conference: 28 January 2025 (tuesday); 3:30 Pm At The Bac Conference Room, Vsu Market, Visca, Baybay City, Leyte And Via Zoom 3. Submission & Receipt Of Bids: Until 10 February 2025 (monday), 3:00 Pm 4. Opening Of Bids:10 February 2025 (monday), 3:30 Pm At The Bac Conference Room, Vsu Market, Visca, Baybay City, Leyte And Via Zoom The Bidding Documents Can Be Downloaded Free Of Charge From The Philgeps. Bidders Who Are Interested To Submit Bids Are Required To Pay Within The Above Specified Date A Non-refundable Amount Of Php 5,000.00 To The Vsu Cashier Or Through Bank Deposit To The Vsu Official Bank Account. Bid Submission Shall Be Done Either Manually Or Electronically. Bidders Who Opt Manual Submission Must Submit Their Bids, Using The Forms Specified In The Bidding Documents, In Two (2) Separate Sealed Bid Envelopes And Such Bids Must Be Duly Received By The Bac Secretariat At The Address Indicated In The Bidding Documents. On The Other Hand, Bidders Who Opt Electronic Submission Must Submit Their Bids, Using The Forms Specified In The Bidding Documents, In Two (2) Password-protected Bidding Documents In Compressed Archive Folders, Which Shall Be Submitted Simultaneously To The Email Address Indicated In The Bidding Documents. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Stated In Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. This Should Be Followed By The Submission Of The Hardcopy Of The Bid Proposal To The Bac Through Preferred Couriers. Bids Must Be Accompanied By A Bid Security In The Amount Of And Acceptable Form As Stated In Section 27.2 Of The Revised Irr. Bids Shall Be Opened In The Presence Of Bidder’s Representatives Who Choose To Attend Physically At The Specified Venue Or Virtually Through Video Conferencing. For Electronic Bid Submission, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through The Videoconference. Late Bids Shall Not Be Accepted. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The Vsu Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before Contract Award Without Incurring Any Liability To The Affected Bidders. Elwin Jay V. Yu Chairman, Bac I
Closing Date10 Feb 2025
Tender AmountPHP 3 Million (USD 51.6 K)
Municipality Of Guinayangan, Quezon Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1. The Municipality Of Guinayangan, Quezon Through The 70% Drrmf Intends To Apply The Sum Of One Million Pesos (p 1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Slope Protection Project (riprapping) In Sitio Mambinga Brgy. Himbubulo Este. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Guinayangan, Quezon Now Invites Bids From Eligible Bidders For The Slope Protection Project (riprapping): Item No. Description Quantity Unit Spl-1 Project Sign/billboards 1.00 Ea. Spl-2 Safety And Health 2.00 Mos 1.0 Earthworks 49.50 Cu.m. 2.0 Concreting Works 14.85 Cu.m. 3.0 Stone Masonry 64.35 Cu.m. -nothing Follows- Completion Of The Works Is Required For Sixty (60) Calendar Days. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of The Instructions 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 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee (bac) – Guinayangan, Quezon And Inspect The Bidding Documents At The Address Given Below From January 20, 2025 8:00am To 5:00pm Until February 10, 2025. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee In The Amount Of Five Thousand Pesos (p 5,000.00). The Method Of Payment Will Be In Cash. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Authorized Representative. 6. The Municipality Of Guinayangan, Quezon Will Hold A Pre-bid Conference On January 27, 2025 @ 2:00 Pm At The Municipal Conference Room, Municipal Building. 7. Bids And Eligibility Requirements Must Be Delivered To The Address Below On Or Before 2:00 Pm On February 10, 2025. All Bids Must Be Accompanied By A Bid Security In The Form Of Cash, Manager’s Check, Cashier’s Check Or Bank Draft/guarantee From Reputable Universal Or Commercial Banks To Be Posted In Favor Of The Lgu In The Amount Of Twenty Thousand Pesos (p 20,000.00) Or A Surety Bond (5%) Callable Upon Demand In The Amount Of Fifty Thousand Pesos (p 50,000.00) Issued By A Surety Or Insurance Company Duly Certified And Authorized By The Insurance Commission. Bid Securing Declaration May Also Be Used As A Form Of Bid Security As Issued By Gppb Resolution 03-2012. Late Bids Shall Not Be Accepted. 8. Bid Opening Shall Be On February 10, 2025, 2:00 Pm At The Conference Room, Municipal Bldg., Guinayangan, Quezon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 9. All Particulars Relative To Eligibility, Bid Evaluation, And Award Of Contract Shall Be Governed By The Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. 10. The Municipality Of Guinayangan, Quezon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Contact: Office Of The Bids And Awards Committee Gloria C. Cleofe, Head Bac Secretariat Office Of The Mpdc, Municipal Building Telephone No. (042) 788-1987 Email: Guinayanganmpdc@yahoo.com Website: Www.guinayangan.com
Closing Date10 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Visayas State University Main Campus Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Visayas State University, Through Its Bids And Awards Committee (bac), Invites Contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Renovation Of Dall And Dpss Building (vsu-infra-25-04) Location : Visayas State University, Visca, Baybay City, Leyte Brief Description : General Requirements, Earthworks, Forms And Scaffolding, Concrete Works, Roofing Works, Architectural Works, Etc. Total Approved Budget For The Contract : Php 8,000,000.00 Source Of Fund : Special Trust Fund 2025 Contract Duration : 140 Calendar Days The Bac Will Conduct The Procurement Process In Accordance With The Revised Implementing Rules And Regulations (irr) Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bids. To Bid For This Contract, A Contractor Must Purchase Bid Documents And Meet The Following Major Criteria: (a) Filipino Citizen Or 75% Filipino Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of 5 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc, Or Credit Line Commitment At Least Equal To 10% Of Abc. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. The Significant Schedules And Deadlines Of Procurement Activities Are Shown Below: 1. Availability And Issuance Of Bidding Documents: 18 January – 10 February Until 10:00 Am 2. Pre-bid Conference: 28 January 2025 (tuesday); 10:30 Am At The Bac Conference Room, Vsu Market, Visca, Baybay City, Leyte And Via Zoom 3. Submission & Receipt Of Bids: Until 10 February 2025 (monday), 10:00 Am 4. Opening Of Bids:10 February 2025 (monday), 10:30 Am At The Bac Conference Room, Vsu Market, Visca, Baybay City, Leyte And Via Zoom The Bidding Documents Can Be Downloaded Free Of Charge From The Philgeps. Bidders Who Are Interested To Submit Bids Are Required To Pay Within The Above Specified Date A Non-refundable Amount Of Php 10,000.00 To The Vsu Cashier Or Through Bank Deposit To The Vsu Official Bank Account. Bid Submission Shall Be Done Either Manually Or Electronically. Bidders Who Opt Manual Submission Must Submit Their Bids, Using The Forms Specified In The Bidding Documents, In Two (2) Separate Sealed Bid Envelopes And Such Bids Must Be Duly Received By The Bac Secretariat At The Address Indicated In The Bidding Documents. On The Other Hand, Bidders Who Opt Electronic Submission Must Submit Their Bids, Using The Forms Specified In The Bidding Documents, In Two (2) Password-protected Bidding Documents In Compressed Archive Folders, Which Shall Be Submitted Simultaneously To The Email Address Indicated In The Bidding Documents. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Stated In Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. This Should Be Followed By The Submission Of The Hardcopy Of The Bid Proposal To The Bac Through Preferred Couriers. Bids Must Be Accompanied By A Bid Security In The Amount Of And Acceptable Form As Stated In Section 27.2 Of The Revised Irr. Bids Shall Be Opened In The Presence Of Bidder’s Representatives Who Choose To Attend Physically At The Specified Venue Or Virtually Through Video Conferencing. For Electronic Bid Submission, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through The Videoconference. Late Bids Shall Not Be Accepted. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The Vsu Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before Contract Award Without Incurring Any Liability To The Affected Bidders. Elwin Jay V. Yu Chairman, Bac I
Closing Date10 Feb 2025
Tender AmountPHP 8 Million (USD 137.8 K)
DEPARTMENT OF INFORMATION AND COMMUNICATIONS TECHNOLOGY BU Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description The Department Of Information And Communications Technology Region 13, Through The Digital Transformation Centers (dtc’s) Fy 2024 Funds Intends To Apply The Sum Of Four Million Pesos (php 4,000,000.00) Being The Abc To Payments Under The Contract For Dict 13-2024-057. Name Of Contract : Construction Of Dict-digital Transformation Center Building In Surigao City Contract Id No : 13-2024 -013 Location : M. Ortiz Corner Ferdinand Street, Brgy. Washington, Surigao City Scope Of Work : Construction Of Building With Earthworks, Plain And Reinforced, Concrete Works, And Other Civil Works, Electrical Approved Budget For The Contract : ₱4,000,000.00 Contract Duration : One Hundred Twenty Five (125) C.d. Cost Of Bidding Documents : ₱5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Department Of Information And Communications Technology Region 13 Now Invites Bids For The Above Listed Works. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Indicated At The Eligibility Data Sheet. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1, Section Ii & Iii Of Bidding Documents. Prospective Bidders May Obtain Further Information From The Department Of Information And Communications Technology Region 13 And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday 8:00am To 5:00pm. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During Post Qualification. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 02, 2024, From The Given Address Below In The Amount In The Table Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person At The Office Of The Above-mentioned Address. The Department Of Information And Communications Technology Region 13 Will Hold A Pre-bid Conference On December 10, 2024, 2:00pm At Dict Bldg., J. Rosales Avenue, Butuan City And/or Through Video Conferencing Or Webcasting Via Google Meet Https://bit.ly/dtcsurigaocity_prebid Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before December 23, 2024, 12 Noon. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On December 23, 2024, 1pm. At The Address Given Above. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. We Kindly Remind Bidders Of The Requirement To Have At Least One (1) Representative Physically Present During The Bid Opening At The Dict Regional Office Xiii. It Is Important To Note That Submitted Bids Without A Representative During The Bid Opening Will Still Be Evaluated. However, Please Be Aware That If Any Questions Or Clarifications Arise From The Bac, Bidders Who Did Not Have A Representative Present Will Not Be Permitted To Contest Or Provide Further Input. The Department Of Information And Communications Technology Region 13 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Closing Date13 Jan 2025
Tender AmountPHP 4 Million (USD 68.4 K)
MUNICIPALITY OF GENERAL MAMERTO NATIVITY, NEW ECIJA Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Nueva Ecija Municipality Of General Mamerto Natividad Bids And Awards Committee Invitation To Bid For “construction Of Comfort Room For Indigent Families” 1. The Lgu-general Mamerto Natividad, Nueva Ecija, Through The 2025 20% Development Fund (df) Intends To Apply The Sum Of Two Million Pesos Only (₱ 2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Said Project. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Name Of Contract: Construction Of Comfort Room For Indigent Families Solicitation No: Df-pocw-01-2025 Location/s: 20 Barangays, General Mamerto Natividad, Nueva Ecija Scope Of Works: Other General Requirements, Earthworks, Reinforced Concrete Works, And Finishing Works Approved Budget For The Contract: P 1,999,996.62 Contract Duration: 60 Calendar Days 2. The Lgu-general Mamerto Natividad, Nueva Ecija, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 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. Instruction 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 4. Interested Bidders May Obtain Further Information From Lgu-general Mamerto Natividad, Nueva Ecija, And Inspect The Bidding Documents At The Address Given Below From Office Hours From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23 – February 12, 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 Five Thousand Pesos (₱ 5,000.00). 6. The Lgu-general Mamerto Natividad, Nueva Ecija, Will Hold A Pre-bid Conference On January 31, 2025 2:00 Pm At Bac Conference Room, 2nd Floor, Municipal Hall Building, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Duly Received By The Bac Secretariat Through Personal Submission At The Address Below On February 12, 2025, On Or Before 2:00 Pm. 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 15. 9. Bid Opening Shall Be On February 12, 2025, 2:00 Pm At 2nd Floor Municipal Hall Building, Conference Room, General Mamerto Natividad, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu-general Mamerto Natividad, Nueva Ecija, 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184 And Its Irr, Without Thereby Incurring To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Sherouk Joan C. Domingo Acting Bac Secretary Bac Office, Municipal Hall Building, Poblacion, General Mamerto Natividad, Nueva Ecija Gmnbac2022@gmail.com Heriberto A. Tomas Bac Chairman Municipal Budget Office (mbo), Municipal Hall Building, Poblacion, General Mamerto Natividad, Nueva Ecija
Closing Date12 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.4 K)
Visayas State University Main Campus Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Visayas State University, Through Its Bids And Awards Committee (bac), Invites Contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Construction Of Two-storey Academic School Building (vsu-infra-25-02) Location : Visayas State University, Visca, Baybay City, Leyte Brief Description : General Requirements, Earthworks, Forms And Scaffolding, Concrete Works, Roofing Works, Architectural Works, Etc. Total Approved Budget For The Contract : Php 30,000,000.00 Source Of Fund : Special Trust Fund (stf) 2025 Contract Duration : 240 Calendar Days The Bac Will Conduct The Procurement Process In Accordance With The Revised Implementing Rules And Regulations (irr) Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bids. To Bid For This Contract, A Contractor Must Purchase Bid Documents And Meet The Following Major Criteria: (a) Filipino Citizen Or 75% Filipino Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of 5 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc, Or Credit Line Commitment At Least Equal To 10% Of Abc. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. The Significant Schedules And Deadlines Of Procurement Activities Are Shown Below: 1. Availability And Issuance Of Bidding Documents: 18 January – 10 February Until 1:30 Pm 2. Pre-bid Conference: 28 January 2025 (tuesday); 2:00 Pm At The Bac Conference Room, Vsu Market, Visca, Baybay City, Leyte And Via Zoom 3. Submission & Receipt Of Bids: Until 10 February 2025 (monday), 1:30 Pm 4. Opening Of Bids: 10 February 2025 (monday), 2:00 Pm At The Bac Conference Room, Vsu Market, Visca, Baybay City, Leyte And Via Zoom The Bidding Documents Can Be Downloaded Free Of Charge From The Philgeps. Bidders Who Are Interested To Submit Bids Are Required To Pay Within The Above Specified Date A Non-refundable Amount Of Php 25,000.00 To The Vsu Cashier Or Through Bank Deposit To The Vsu Official Bank Account. Bid Submission Shall Be Done Either Manually Or Electronically. Bidders Who Opt Manual Submission Must Submit Their Bids, Using The Forms Specified In The Bidding Documents, In Two (2) Separate Sealed Bid Envelopes And Such Bids Must Be Duly Received By The Bac Secretariat At The Address Indicated In The Bidding Documents. On The Other Hand, Bidders Who Opt Electronic Submission Must Submit Their Bids, Using The Forms Specified In The Bidding Documents, In Two (2) Password-protected Bidding Documents In Compressed Archive Folders, Which Shall Be Submitted Simultaneously To The Email Address Indicated In The Bidding Documents. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Stated In Itb Clause 12.1, And The Second Shall Contain The Financial Component Of The Bid. This Should Be Followed By The Submission Of The Hardcopy Of The Bid Proposal To The Bac Through Preferred Couriers. Bids Must Be Accompanied By A Bid Security In The Amount Of And Acceptable Form As Stated In Section 27.2 Of The Revised Irr. Bids Shall Be Opened In The Presence Of Bidder’s Representatives Who Choose To Attend Physically At The Specified Venue Or Virtually Through Video Conferencing. For Electronic Bid Submission, The Passwords For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Face-to-face Through The Videoconference. Late Bids Shall Not Be Accepted. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. The Vsu Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before Contract Award Without Incurring Any Liability To The Affected Bidders. Elwin Jay V. Yu Chairman, Bac I
Closing Date10 Feb 2025
Tender AmountPHP 30 Million (USD 516.9 K)
City Government Iligan Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund , Intend To Apply The Sum Of P 1,932,276.10 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Male And Female Headquarters - Soco (phase 1), Pnp Camp Tomas Cabili, Brgy. Tipanoy, Iligan City With Project No. Cb(b)-24-148 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Male And Female Headquarters - Soco (phase 1), Pnp Camp Tomas Cabili, Brgy. Tipanoy, Iligan City 1. General Requirements • Permits And Clearances • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization 2. Earthworks • Excavation Works For Footings, Tiebeams And Wall Footing • 100mm Thk. Gravel Base For Footings And Tiebeams • 50mm Thk. Gravel Base For Wall Footings 3. Steel Reinforcements • Installation Of 20mm Ø Dsb For Columns (6.50m), Tiebeams And Floor Beams (b1 & Cb) • Installation Of 16mm Ø Dsb For Footings, Tiebeams And Floor Beams (b1, B2, B3 & Cb) • Installation Of 10mm Ø Dsb For Tiebeams And Floor Beams Stirrups, Column Lateral Ties And Slab Matting For Second Floor 4. Concrete Works, Formworks And Scaffoldings • Installation Of Formworks And Falsework For Columns, Tiebeams, Beams (b1, B2, B3 & Cb) And Second Floor Slab • Concrete Pouring Of Footings, Columns (6.50m), Tiebeams, Floor Beams (b1, B2, B3 & Cb) And Second Floor Slab • Removal Of Formworks And Falsework • Installation Of 4” And 2” Pvc Pipes For Second Floor Plumbing Roughing-ins 5. Masonry Works • 4” X 8” X 16” Concrete Hollow Blocks For Perimeter Walls Up To Bottom Of Floor Beam I. Permit & Clearances (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)- 6 Sets Of Plans. Ii. Construction Safety And Health Program (q= 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aid Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’x8’ Tarpaulin Print Billboard, 8’ X 8’ Tarpaulin Print Billboard, 2” X 2” X 8” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 3” X 14” Coco Lumber, Assorted Sizes C.w. Nails. Iv. Mobilization & Demobilization (q=1.00lot) V. Earthworks (q=95.00 Cu.m.) Includes Volume To Be Excavated, V=54.4 Cu.m.; Volume To Be Backfilled, V= 28.1cu.m.;gravel Bedding, V=10.83cu.m.; (+15% Shrinkage). Vi. Steel Reinforcements (q= 7,873.65kgs.) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Vii. Concrete Works, Formworks And Scaffoldings (q=45.17cu.m.) Includes Portland Cement (type I), Washed Sand, Washed Gravel, 4’ X 8’ X ¾” Thk. Marine Plywood, Assorted Sized Coco Lumber (2” X 2” X 10’ & 2” X 3” X 10’), Assorted Sized C.w. Nails, Sahara Cement Waterproofing Compound 908grams, Plumbing Roughing-ins-4” Dia. X 10’ Pvc Pipes S-1000, Plumbing Roughing-ins – 2”dia X 10’ Pvc Pipes S-1000. Viii. Masonry Works (q=100.65sq.m.) Includes 4” X 8” X 16” Chb (a = 100.65), Portland Cement, Washed Sand) Approved Budget For The Contract (abc): P 1,932,276.10 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Ten (110) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations 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, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 14 – February 4, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 21, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Opening Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 14, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-148 (ceo-infra)
Closing Date4 Feb 2025
Tender AmountPHP 1.9 Million (USD 33 K)
1261-1270 of 1649 archived Tenders