Earthwork Tenders
Earthwork Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Bridge Construction, Road Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 33.7 Million (USD 583.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aurora District Engineering Office Baler, Aurora, Region Iii Invitation To Bid 24cn0239 - Repair/rehabilitation Of Damaged Roadways, Baler – Casiguran Road (baler – Dinadiawan Section), K0253 + 000 To K0289 + 992 (intermittent Section) 1. The Dpwh – Aurora District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Repair/rehabilitation Of Damaged Roadways, Baler – Casiguran Road (baler – Dinadiawan Section), K0253 + 000 To K0289 + 992 (intermittent Section) Contract Id No. : 24cn0239 Locations : Baler – Casiguran Road (baler – Dinadiawan Section), K0253 + 000 To K0289 + 992 (intermittent Section) Scope Of Works : Earthworks, Subbase And Base Course, Surface Courses, Bridge Construction, Drainage And Slope Protection Structures Approved Budget For The Contract : Php 33,775,000.00 Contract Duration : 241 Cd Source Of Fund : Sr2024-12-023139 Size Range : Medium A License Category : B Cost Of Plans/proposal : Php 25,000.00 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). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh – Aurora District Engineering Office And Inspect The Bidding Documents At Procurement Unit/bac Office, This Office During Weekdays From 8:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 – February 18, 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 (shown On The Above Table). 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Dpwh – Aurora District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 At 09:00 A.m. At Dpwh – Aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Prescribed Address Below For Manual Submission Or At Electronicbids_aurora@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 At 09:00 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. 10. Bid Opening Shall Be On February 18, 2025 At 09:00 A.m. At Dpwh-aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Dpwh – Aurora 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. 12. For Further Information, Please Refer To: Estrelita R. Nohay Head, Procurement Unit Dpwh-aurora Deo Brgy. Reserva, Baler, Aurora Telephone No.: 33806 Dpwh.adeo.bac@gmail.com Benelito D. Pascua Assistant District Engineer Bac Chairperson Telephone No.: 33806 Dpwh.adeo.bac@gmail.com Publication: January 27 – February 02, 2025
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 9.6 Million (USD 164.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00131 (re-advertisement) : Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱9,650,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00131: Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction/ Rehabilitation/ Improvement Of Facilities For Persons With Disabilities: (pwds) And Elderlies/ Senior Citizens - Including Gender-responsive Facilities - Region Ii Contract Id No. : 24b00131 Location : Brgy. Lullutan, Ilagan City, Isabela Brief Project Description : 2 Storey Senior Citizens Building (12.00m X 16.25m) Whole Building Earthworks, Plain And Reinforced Concrete Works, Finishing And Other Civil Works, Electrical Works, Plumbing Works, Electronics Works And Mechanical Works (1-7.2kw /3 Ton Cabinet Type Floor Mounted Airconditioner,1 Phase Power Supply With Minimum Cooling Capacity Of 25,000 Btu/hr, Inverter, Including Copper Tubing, Steel Bracket, Hardware And Accessories) Not Included In Finishing Works(second Floor Cr Modular Partition, Built-up Preformed Membrane At Second Floor Cr, Unglazed Tiles At Second Floor Including Wall Of Cr, Painting Works Of Interior Of Second Floor Wall And Ceiling, Railings Of Stairs(main Stair And Exit Stair), Electrical Works(second Floor Interior Lighting Fixtures), Mechanical Works (second Floor Exhaust Fan Fixture, And All Airconditioning Unit Except The Above Mentioned) Plumbing Works( Catch Basin And Drain Pipes Connecting Each Catch Basin) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 And 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling • Modular Partition • Finishing Hardware • Aluminum Framed Glass Doors (sliding & Swing Type) • Aluminum Glass Windows, (sliding, Casement, Awning & Fixed) Type • Doors, (wood Panel) • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, Gauge 26, 0.60 Mm, (ridge/hip Rolls • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing Cement-base • Built-up And Preformed Membrane • Unglazed Tiles • Cement (floor & Plaster) Finish • Decorative Stones • Painting Works, (masonry/concrete & Steel) • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses & Purlins) • Railing • Storm Drainage And Downspout • Sewer Line Works • Septic Vault (chb/ Concrete) • Sanitary/plumbing Fixtures • Cold Water Lines Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Electric Wire • Single Pole Wall Switch On One Switch Plate • Duplex (2 Single Pole Wall Switches On One Switch Plate) • Triplex (3 Single Pole Wall Switches On One Switch Plate) • Three (3) - Way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Exhaust Fan, (ceiling Cassette) • Air Conditioning System Approved Budget For The Contract (abc) : ₱9,650,000.00 Contract Duration : 120 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 26 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement. The Government Is Seeking To Identify Qualified Other Than Small And Small Business Sources Under North American Industry Classification System (naics) 541330 (engineering Services). The Small Business Size Standard Is $25.5m. This Notice Is For Market Research Purposes Only And Is Not A Request For Proposal (rfp) Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice. this Announcement Constitutes A Market Survey That Is Being Conducted For Planning Purposes Only And The Information Received Will Assist The Government In Developing An Acquisition Method For This Project. This Notice Does Not Constitute A Commitment By The Government For Any Follow-on Announcements, Solicitation, Or Award. The Government Invites Responses From Other Than Small And Small Businesses. This Notice Will Be Used In Part To Determine If There Will Be A Small Business Reserve For The Procurement. contract Information: The U.s. Army Corps Of Engineers (usace), Los Angeles District Will Select Remedial Design Firm(s) For A Single Award Task Order Contract Or Multiple Award Task Order Contract For Iron King Mine–humboldt Smelter (ikm-hs) Superfund Site, Remedial Design (rd), Indefinite Delivery Indefinite Quantity (idiq), Dewey-humboldt, Az. The Idiq Will Have A Value Up To $49,000,000.00. The Contract(s) Are Anticipated To Be Awarded In 2nd Quarter Fiscal Year 2026 With A Five Year-base Period. 2. Project Information: Usace Los Angeles District Entered Into A Cooperative Agreement With The United States Environmental Protection Agency (epa) To Provide Remedial Action For The Ikm-hs Superfund Site, Located In Dewey-humboldt, Arizona (site). The Remedial Action Selected Is Presented In The Record Of Decision (rod), Iron King Mine – Humboldt Smelter, Superfund Site, Dewey-humboldt, Yavapai County, Arizona, Epa Id: Az0000309013 (usepa, 2023). The Rd Will Be Completed In Compliance With The Rod And Supplemental Design Information. The Rod Selected Remedy Is Alternative 3b: On-site Consolidation/containment At Two Repositories With Waste Remaining East And West Of The Highway. The Highway Is State Route 69 That Serves As The Main Road To Prescott, Arizona, From Arizona Interstate 17. The Engineering Services Contractor Will Determine What Studies Are Necessary To Implement Alternative 3b And Design Alternative 3b. Respondents Must Refer To The Rod And The Alternative 3b For Context. alternative 3b Removes Mine And Smelter Wastes, And Contaminated Soils And Moving Them To Two Waste Repositories. Mine Wastes And Contaminated Soils From The Former Mine And Surrounding Areas West Of Highway 69 Would Be Moved Into A Repository On The Existing Mine Tailings Pile West Of The Highway. Mine Wastes At The Former Smelter And In The Chaparral Gulch East Of Highway 69 Would Be Moved Into A Second Waste Repository East Of The Highway. additionally, The Lower Chaparral Gulch Dam East Of The Highway Shall Be Removed To Allow Access To Waste In The Lower Chaparral Gulch And Restore The Natural Hydraulics And Vegetation Of The Drainage. This Shall Include Watershed And Habitat Restoration. additional Notable Details Concerning The Site Are Associated With The Former Pyrometallurgical Operations And The Wall Of Solid Slag Hanging On A Cliff Above The Agua Fria River. The Former Pyrometallurgical Operations Of The Humboldt Smelter, (former Blast Furnaces, Metal-purifying Converters, Coal And Coke Heating, Sintering, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. Heating, Power Generation, Etc.) Were Situated On The North End Of A High Plateau Surrounded By Steep Slopes And Lower Terrain. This Area Contains Soils Contaminated With Metals Including Arsenic And Lead And The Area Is Covered By Dross Waste. South Of The Former Pyrometallurgical Operations Area, The Smelter Plateau Also Contains Arsenic Lead Contaminated Soils. on The Eastern Edge Of The Smelter Plateau, A Wall Of Solid Slag Hangs On The Cliff Above The Agua Fria River About 80 Feet High. It Contains Roughly 280,000 Cubic Yards Of Material. The Slag Is Similar To Solidified Lava Rock. It Is Inert And Does Not Pose A Chemical Health Risk Unless It Is Pulverized Into Soil-like Material Or Sediments. Data Indicates That Pulverized Slag Is Leachable And Slag Falling Into The River And Being Pulverized Could Release Metals To The River Over Time. the Contractor Performing This Work Shall Comply With All Applicable Federal, State, And Local Laws, And Regulations Including, But Not Limited To The 1968 National Oil And Hazardous Substances Pollution Contingency Plan, As Amended, And The 1980 Comprehensive Environmental Response, Compensation And Liability Act (cercla), As Amended. supplemental Information iron King Mine - Humboldt Smelter dewey-humboldt, Az site Documents & Data https://cumulis.epa.gov/supercpad/siteprofiles/index.cfm?fuseaction=second.docdata&id=0905049#sc iron King Mine - Humboldt Smelter | Superfund Site Profile | Superfund Site Information | Us Epa. submission Requirements: Interested Firms Should Submit A Document Describing Relevant Demonstrated Experience And Qualifications Via Email Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil No Later Than 11 February 2025. The Submissions Should Not Exceed 10 Pages. The Submission Will Address All Questions In The Sources Sought Questionnaire And Your Ability To Perform Services Stated In The Project Information Section Of This Sources Sought. There Is An Industry Day Planned For 28 January 2025 Between The Hours Of: 9am-3:30pm. The Purpose Of The Industry Day Is To Encourage Industry Participation, Allow For Networking, Answer Respondent Questions And Confirm The Project Scope. cover Letters And Extraneous Materials (brochures, Etc) Will Not Be Considered. Questions Concerning Submissions Should Be Directed To Kinya.r.minami@usace.army.mil; Tezra.hamilton@usace.army.mil And Rubyann.prout@usace.army.mil. Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Scheduled. Emails Or Phone Calls Requesting Personal Visits Will Not Receive A Reply. sources Sought Questionnaire section 1: General business Name: business Address: unique Entity Id (uei) In Sam: if Joint Venture (jv), Submit Uei Of The Jv: responsible Point Of Contact (name, Number, Email Address): offeror's Type Of Business And Business Size (small Business, Sdb/8(a), Wosb, Hubzone, Sdvosb Or Other Than Small Business (otsb), Native Americans, Native Hawaiians, Or Alaska Native Corporations section 2: Contractor Arrangement our Firm Will Be Proposing On This Project As A: sole Contractor prime Contractor (if Small Business) Self-performing At Least 50% Of The Work, Or joint Venture With (insert Business Name, Business Size, And Uei). (see Far Subpart 9.6 For Government Policy On Teaming Arrangements, As Well As 8(a)program Regulations Described In 13 Cfr 124.513, Hubzone Program Regulations Described In 13 Cfr 126.616, And Service-disabled Veteran Owned Program Regulations Described In Far 19.1403(c) And 13 Cfr 125.15 (b).) section 3: Past Performance/capability past Performance Must Include Project Examples From $1,000,000.00 To $10,000,000.00 In Value. The Idiq Will Be Up To $49,000,000.00. The Specific Contract Types Such As Firm Fixed Price (ffp) And Cost Reimbursable (cr), Are Required To Be Specified In The Capability Statements. The Past Performance Duration Is Within The Past 10 Years For Work In Support Of Military Installation Restoration Program (irp), Resource Recovery Conservation Act (rcra) And Or Cercla. the Paste Performance Information Should Include: [4:41 Pm] Garcia, Claudia Civ Usarmy Cespl (usa) project Title And Location: General Description To Demonstrate Relevance To The Proposed Project
scopes Self-performed Vs Subcontracted: Dollar Value Of Contract
percentage Self-performed Vs Subcontracted: Agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address).
demonstrate Compliance With Various Environmental And Construction Permits: Ability To Perform Work On Time/within Budget
capacity To Execute This Project With Other Ongoing Contracts: (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years project Title And Location: General Description To Demonstrate Relevance To The Proposed Project scopes Self-performed Vs Subcontracted: Dollar Value Of Contract percentage Self-performed Vs Subcontracted: Agency Or Government Entity For Which The Work Was Performed With Contact Information If Possible (reference Name, Phone Number And E-mail Address). demonstrate Compliance With Various Environmental And Construction Permits: Ability To Perform Work On Time/within Budget capacity To Execute This Project With Other Ongoing Contracts: (3) Projects That Are Complete Or At Least 50% Complete That Ran Concurrently Within The Past Ten Years. * Note: If Providing Info About A Contract Team, Jv, Etc., Please Provide Examples Where The Team Has Worked Together. Provide A General Description/percentage Of The Work Of Each Team Member. provide Examples Of Experience With Similar Projects In A Firm Fixed Price Or Cost Reimbursable Contract Type. design Project(s) Experience Within The Last 5 To 10 Years For The Types Shown In The Following List. engineering Analyses For Dam Removal Including But Not Limited To Stability. concrete Dam Removal. provide Examples Of Coordination With Appropriate State Dam Safety Officials Regarding Dam Removal. borrow Area Excavation Plans, Restoration, And Revegetation Plans. retaining Wall Design. stream Restoration Design Following Dam Removal. waste Repository Designs. regulatory Compliance. evaluation Of Groundwater Impacts To Earthwork Operations. landfills And Repositories Liner And Cover Systems Designs. landfill Monitoring Instrumentation Design And Installation. specification Using Unified Facilities Guide Specifications (ufgs) Products. operation And Maintenance Manuals For Landfills And Repositories. ecosystem Restoration Design. 3. Provide Examples Of Experience With Site Remediation, Waste Removal, And/or Site Restoration Design Of Similar Scope And Size Within The Past 5 To 10 Years. 4. Provide Examples Of Community Involvement Experience. 5. Provide Examples Of Experience With Waste Investigations, Remediation And/or Waste Removal Design For Projects Ranging Value From $1,000,000.00 To $5,000,0000.00 Within The Past 5 To 10 Years. 6. Provide Ability To Satisfy The Safety And Environmental Regulations In Accordance With The Site Requirements, Along With Local And State Regulations. 7. Describe Examples Of Contracting With Local/regional Businesses.
City Of Bayawan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.6 K)
Details: Description Invitation To Bid The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: 1 1 Lot "construction Of Duplex Housing Units At Enzo Town Homes, " "construction Of Three (3) Duplex Housing Units At Enzo Town Homes With Cement Bamboo Frame Technology A. General Requirements 1.0 Lot 52,442.20 A.1 Temporary Facilities - 1.0 Lot A.2 Others Project Billboard- 1.0 Set Safety Signages (8 Sets Of 2 Ft X 4 Ft)- 8.0 Sets Safety And Health- 1.0 Lot B. Earthworks 1.0 Lot 59,240.49 B.1 Clearing And Grubbing- 169.29 Sq.m B.2 Site Preparation (staking And Layout)- 132. 54 Sq.m B.3 Excavation - 0.75 Cu.m B.4 Gravel Bedding - 6.66 Cu.m B.5 Soil Poisoning - 132.54 Sq.m B.6 Backfill And Compaction - 13.25 Cu.m C. Foundation Works 1.0 Lot 324,237.63 C.1 Wall Footing - 6.0 Cu.m C.2 Chb Foundation Wall With Plastering, 16mm Thick- 48.96 Sq.m C.3 Plinth Beam, Bamboo Dowel - 1.53 Cu.m C.4 Slab On Grade - 9.94 Cu.m D. Fabrication Of Wall Panels 1.0 Lot 769,235.52 D.1 Windown Panel (wp-01) - 6.0 Sets D.2 Window Panel (wp-02) - 6.0 Sets D.3 Door Panel (dp-01) - 6.0 Sets D.4 Door Panel (dp-02) - 6.0 Sets D.5 Door Panel (dp-03) - 6.0 Sets D.6 Solid Panel (sp-01) - 6.0 Sets D.7 Solid Panel (sp-02) - 6.0 Sets D.8 Solid Panel (sp-03) - 12.0 Sets D.9 Solid Panel (sp-04) - 6.0 Sets D.10 Solid Panel (sp-05a) - 3.0 Sets D.11 Solid Panel (sp-05b) - 3.0 Sets D.12 Solid Panel (sp-06a) - 3.0 Sets D.13 Solid Panel (sp-06b)- 3.0 Sets D.14 Architectural Panel (ap-01) - 12.0 Sets E. Fabrication Of Trusses 3.0 Duplex 122,878.29 And Rafter F. Fabrication Of Purlins 1.0 Lot 254,902.81 F.1 Fabrication Of Purlins 1 - 3.0 Duplex F.2 Fabrication Of Purlins 2 - 3.0 Duplex G. Installation Of Wall Panels 1.0 Lot 99,084.65 G.1 Installation Of Panels - 84.0 Sets G.2 Additional Protection For Firewall - 3.0 Duplex G.3 Drilling And Mortar Filling - 3.0 Duplex H. Roofing Works 1.0 Lot 271,245.24 H.1 Installation Of Trusses And Rafter With Mortar Fill- 3.0 Duplex H.2 Installation Of Purlins With Mortar- 3.0 Duplex H.3 Installation Of Roof Sheets With Complete Accessories- 3.0 Duplex I. Wall Cladding 3.0 Duplex 170,239.41 (application Of Plaster/cladding) J. Doors And Windows 54.0 Units 421,500.18 K. Electrical Works 1.0 Lot 128,803.05 K.1 Rough Ins And Fixtures - 3.0 Duplex K.2 Electrical Fixtures - 168.0 Units L. Plumbing Works 1.0 Lot 205,688.76 L.1 Roughing Ins (until Setback Only) - 3.0 Duplex L.2 Plumbing And Sanitary Fixtures - 63.0 Units L.3 Septic Tank - 3.0 Units M. Kitchen Sink (chb Kitchen 3.0 Units 36,421.02 Sink, Floor Slab, Kitchen Extension And Stair) N. Miscellaneous And Consumables 1.0 Lot 23,490.81 " *** Nothing Follows *** Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents December 10,2024 To January 06,2025 @ 5:00 P.m. Pre-bid Conference December 17,2024 @ 9:00 A.m. Deadline/opening Of Bids January 07,2025 @ 9:00 A.m. Post Qualification January 14,2025 @ 9:00 A.m. Awarding Of Bids January 21,2025 @ 9:00 A.m. Approved: (sgd)virginia D. Sadiasa City Civil Registrar Bac Chairman
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0127 - Construction (completion) Of Multi-purpose Building (covered Court) At Barangay Victoria, Roxas, Oriental Mindoro Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building (covered Court) At Barangay Victoria, Roxas, Oriental Mindoro Phase Ii/25ei0127. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building (covered Court) At Barangay Victoria, Roxas, Oriental Mindoro Phase Ii Contract Id : 25ei0127 Location : Roxas, Oriental Mindoro Scope Of Works : Completion Of Covered Court, Featuring 3-tier Movable Steel Bleacher With A Total Length 0f 7.56 Meters And Additional Of A Bay Extending 4.65 Meters. Scope Of Works Includes Earthworks, Civil Works And Electrical Works, Surface Preparation And Painting Of Newly Installed Beams And Columns. It Includes Additional Toilet Room For Men And Women, Masonry Works, Tile Works And Painting For Masonry And Steel Such As Rafters And Purlins For The Bleachers Strucure, Installation Of End Wall Flashing, Flashing, Gutter And Roofing Works. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 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, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 03, 2025 – January 23, 2025 Until 10:00 A.m. 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 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 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 23, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro 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: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 33.4 Million (USD 575.8 K)
Details: Description Invitation To Bid For 25ei0145 - Construction Of Multi-purpose Building At Dpwh Compound, San Mariano, Roxas, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 33,418,440.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building At Dpwh Compound, San Mariano, Roxas, Oriental Mindoro/25ei0145. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building At Dpwh Compound, San Mariano, Roxas, Oriental Mindoro Contract Id : 25ei0145 Location : Roxas, Oriental Mindoro Scope Of Works : Construction Of Multi-purpose Building At Dpwh Compound, San Mariano, Roxas, Oriental Mindoro. This Includes Earthworks, Reinforced Concrete Works And Finishing And Other Civil Works Such As Soil Poisoning, Installation And Construction Of Storm Drainage And Sewerage System, Installation Of Plumbing Fixtures At Ground Floor And Mezzanine, Installation Of Ceiling At Ground Floor, Mezzanine, And Multi-purpose Hall, Installation Of Doors And Windows, Waterproofing, Installation Of Floor And Wall Tiles At Ground Floor, Plastering & Masonry Painting At Ground Floor & Multi-purpose Hall, Painting Of Ceiling And Wood Doors, Installation Of Reflective, Insulation, Roofing Works, Installation Of Ramp Railings And Glass Railings. Moreover, This Includes Electrical Works And Provision Of Fire Extinguisher At Ground Floor. Approved Budget For The Contract : Php 33,418,440.00 Contract Duration : 250 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 11, 2025 Until 10:00 A.m. 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 20,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 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 February 11, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro 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: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Municipality Of San Julian, Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 598 K (USD 10.3 K)
Details: Description Republic Of The Philippines Province Of Eastern Samar Municipality Of San Julian Invitation To Bid Construction Of Agricultural Shed House & Watchmen’s Quarter So. Dangugan, Brgy. Libas, Municipality Of San Julian, Province Of Eastern Samar The Local Government Unit Of San Julian, Through The Cy 2025 Edf Municipal Fund, Intends To Apply The Sum Of Five Hundred Ninety-eight Thousand Thirty-two Pesos & 58/100 Centavos Only (php 598,032.58) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Agricultural Shed House & Watchmen’s Quarter @ So. Danhugan, Brgy. Libas, San Julian, Eastern Samar. (project Reference No. Sj-2025-001-infra). Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of San Julian Now Invites Bids For Construction Of Agricultural Shed House & Watchmen’s Quarter @ So. Danhugan, Brgy. Libas, San Julian, Eastern Samar. Completion Of The Works Is Required Within One Hundred (100) 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). Approved Budget For The Contract (abc) : Php 598,032.58 Project Duration : 100 Calendar Days Bid Security : Php 11,960.65 (bank Guarantee, Cash, Manager’s Check) Php 29,901.63 (surety Bond) Bid Closing Date : February 14, 2025; Time: 10:30am Item Description Qty Unit No. Part Ii Other General Requirements B.5 Project Billboard 1.00 Each B.7(2) Occupational Safety & Health Program 1.00 Ls B.9 Mobilization/demobilization 1.00 Ls Part Iii Civil, Mechanical, Electrical & Sanitary/plumbing Part A Earthworks 800(1) Clearing & Grubbing 8.00 Sq.m. 803(1a) Structure Excavation 5.37 Cu.m. 804(1a) Embankment 3.00 Cu.m. Part B Plain Reinforced Concrete Works 900(1c2) Structural Concrete (footings & Slab On Fill) 1.97 Cu.m. 900(1c4) Structural Concrete (columns) 0.88 Cu.m. 900(1c6) Structural Concrete (beams/girders) 0.54 Cu.m. 902(1ca) Reinforcing Steel (deformed, Grade 40) 256.22 Kg. 903(1) Formworks & Falseworks 1.00 Ls Part C Finishing And Other Civil Works 1003(17) Carpentry & Joinery Works (ceiling & Roof Frame) 1.00 Ls 1013(1) Corrugated Metal Roofing 16.94 Sq.m. 1013(2a1) Fabricated Metal Roofing Accessory (ridge/hip Rolls) 4.19 L.m. 1021(1a) Cement Floor Finish (plain) 8.00 Sq.m. 1027(1) Cement Plaster Finish 46.17 Sq.m. 1046(1a1) 100mm Chb Load Bearing (incldg. Rsb) 23.09 Sq.m. 1051(5) Metal Railings 18.20 L.m. Part D Electrical Works 1101(33) Wires & Wiring Devices 1.00 Ls 1103(1) Lighting Fixtures And Lamps 1.00 Ls 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. Interested Bidders May Obtain Further Information From Lgu-bac Of San Julian, Eastern Samar And Inspect The Bidding Documents At The Address Given Below From January 21, 2024 To February 14, 2024, At The Address Given Below From 8:00am – 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2024 To February 14, 2024, 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 One Thousand Pesos Only (php 1,000.00). A Bidder Who Represents A Company Is Only Allowed To Acquire Bidding Documents Provided That He/she Presents His/her Company/office Id And Special Power Of Attorney Delegating Such Authority To That Person. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personally, Or By Any Electronic Means At The Address Given Below. Bids Must Be Duly Received By The Bac Secretariat Through (i.) Manual Submission At The Office Address As Indicated Below, On Or Before February 14, 2024; 10:30 Am. 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 16. Bid Opening Shall Be On February 14, 2024; 10:30 Am. At The Given Address Mdrrmo Ofice, G/ Floor Municipal Building, Brgy. 04, Poblacion San Julian And Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Lgu-bac Of San Julian, Eastern Samar 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. 1. For Further Information, Please Refer To: Ms. Baby Evangeline Consultado Head-bac Secretariat Municipality Of San Julian Province Of Eastern Samar Bacsanjulian@gmail.com ________________________ Renato O. Paligutan Municipal Agriculturist / Bac Chairman
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Drainage Work
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 139.9 Million (USD 2.3 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid For Construction Of Flood Mitigation Structure, Miagao, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 139,925,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0087 – Construction Of Flood Mitigation Structure, Miagao, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Flood Mitigation Structure, Miagao, Iloilo Contract Id No. : 25gf0087 Locations : Miagao, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Part L-c. Drainage Works Approved Budget For The Contract : Php 139,925,000.00 Contract Duration : 257 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B (medium A) For Ge-2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
Ormoc City Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.1 K)
Details: Description Admin-bac-form12-1 Revision 2, Effective January 1, 2024 Republic Of The Philippines City Government Of Ormoc 2nd /f New Ormoc City Hall Bldg.,ormoc City Tel # (053) 255-2054 & (8) 832-8888 Local # 1126, 1127 & 1123 Cb07-________________________ Invitation To Bid The City Government Of Ormoc, Through The Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Bid For The Hereunder Contract: Name Of Contract : Construction Of Multi-purpose Building Location : Brgy. Cabintan, Ormoc City Brief Description Other General Requirements; Permits And Clearances; Project Billboard/signboard; Occupational Safety And Health Program; Mobilization/demobilization; Earthworks; Clearing And Grubbing; Structure Excavation Common Soil; Embankment From Borrow (common Soil); Gravel Fill; Civil, Mechanical, Electrical And Sanitary/plumbing Works -division I- General; Reinforced Concrete; Structural Concrete 3500 Psi (class"a", 28 Days); Lean Concrete (manual Mixing); Reinforcing Steel (deformed), Grade 40; Formworks And Falseworks; Finishing And Other Civil Works; Sewer Line Works; Storm Drainage And Downspout; Septic Vault (concrete/chb); Plumbing Fixtures; Facial Mirror; Waterlines Works; Ceiling (4.5 Mm Metal Frame Fiber Cement Board); Carpentry And Joinery Works; Rough Hardware; Finishing Hardware; Aluminum Framed Glass Door (swing Type); Aluminum Glass Window (sliding Type); Aluminum Glass Window (awning Type); Aluminum Glass Window (fixed Type); Frames (jambs, Sills, Head, Transoms And Mullions); Doors (flush); Doors (wood Panel); Fabricated Metal Roofing Accessory (gauge 26, 0.551 Mm, Flashings); Fabricated Metal Roofing Accessory (gauge 24, 0.701 Mm, Gutters); Pre-painted Metal Sheets, Rib Type/long Span Above 0.427 Mm. Thck.; Waterproofing Cement Base; Glazed Tiles And Trims; Unglazed Tiles; Cement Plaster Finish; Painting Works (masonry/concrete); Painting Works (wood); Painting Works (steel); Chb Non Load Bearing/load Bearing (including Reinforcing Steel) 100mm; Metal Structure Accessories (bolts And Rods); Metal Structure Accessories (turnbuckle); Metal Structure Accessories (sagrods); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Structural Steel (trusses); Structural Steel (purlins); Railing; Electrical; Conduits,boxes & Fittings (conduit Works/conduit Rough-in); Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Pole Mounted Power Transformer (oisc) W/ Complete Accessories (single Or Three Phase, Pole Type Of Platform); Lighting Fixtures And Lamps; Approved Budget For The Contract : P 4,942,097.05 Cy2025 20% Development Fund-annual Budget Contract Duration : 130 Calendar Days Minimum Equipment 1-rebar Cutter, Max Dia (20mm) (owned/leased); 1-bar Bender (circular) (owned/leased); 1-concrete Mixer (1-2 Bagger, 8hp) (owned/leased); 2-welding Machine (owned/leased); 1-cutting Outfit (owned/leased); 1-cargo Truck/delivery Truck (owned/leased); 2-dump Truck (12 Cu.yd) (owned/leased); 1-plate Compactor (5 Hp) (owned/leased); 1-backhoe (0.80cu.m) (owned/leased); 2-concrete Vibrator (owned/leased); 1-pumpcrete (owned/leased); 1-boom Truck All Model 2-5mt 160hp (owned/leased); Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, And Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value Of At Least 50% Of The Abc. 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 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". It Is Also Restricted To Filipino Citizens/sole Proprietorships,partnerships Or Organization With At Least Seventy Five Percent(75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Complete Schedule Of Activities Are Listed As Follows: Bac Activities Schedules (s) From To 1. Issuance And Availability Of Bidding Documents Tuesday, January 21, 2025 February 10, 2025 @ 9:30 A.m 2. Pre-bid Conference Wednesday, January 29, 2025 @ 2:00 O'clock P.m. 3. Deadline For Submission And Receipt Of Bids Monday, February 10, 2025 @ 10:00 O'clock A.m. 4. Opening Of Bids Monday, February 10, 2025 @ 2:00 O'clock P.m. The Bac Will Issue A Complete Set Of Bidding Documents To Interested Bidders Or Their Duly Authorized Representative At The Bac Office, 2/f New Ormoc City Hall Building, Ormoc City, Upon Presentation Of Proper Identification, Special Power Of Attorney (spa), For Authorized Representative And Upon Payment Of A Non Refundable Fee In The Amount Of Five Thousand Pesos Only. (p 5,000.00) To The City Treasurer's Office, Ormoc City. The City Government Of Ormoc 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 Any Affected Bidder Or Bidders. Approved: (sgd) Vincent L. Emnas Date Of Publication:philgeps January 21, 2025 Bac Chairman Newspaper N/a Closing Date: February 10, 2025 2025-01-cb07
Province Of Negros Oriental Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 6.8 Million (USD 118.5 K)
Details: Description Invitation To Bid Bid No. B-37-2025 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: Early Procurement Activity (epa), Intends To Apply The Sum Of Six Million Eight Hundred Sixty Thousand Pesos (php 6,860,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “construction Of River Control At Barangay 3, Canaway River, Siaton, Negros Oriental”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 88 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-4835, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 18, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Six Thousand Five Hundred Pesos (php 6,500.00) 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On February 4, 2025 At 2:00 In The Afternoon At The Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 18, 2025 At 1:30 In The Afternoon, Provincial Administrator’s Conference Room, 2nd Floor, Capitol Building, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “construction Of River Control At Barangay 3, Canaway River, Siaton, Negros Oriental" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit A. Facilities For The Engineer A.1.1(8) Provision Of Field Office For The Engineer (rental Basis) 2.93 Month B. Other General Requirements B.5 Project Billboard/signboard 1.00 Each B.7(1) Occupational Safety & Health Program 2.93 Month B.9 Mobilization & Demobilization 1.00 L.s. C. Earthworks 1700(1) Clearing And Grubbing 464.39 Sq.m. 1700(3)a1 Individual Removal Of Trees (small A, 150-300ømm) 5.00 Each 1702(1)b Structure Excavation (common Soil) 76.98 Cu.m. 1704(1)b Embankment From Borrow 10.25 Cu.m. 1705(1) Fill And Backfill 266.98 Cu.m. D. Bank And Slope Protection Works 900(1)b1 Structural Concrete Class “a” (20.68mpa-14days) 49.87 Cu.m. 902(1)a Reinforcing Steel (deformed), Grade 40 2,226.91 Kg. 1710(2)a Grouted Riprap Class A 176.72 Cu.m. E. Piling 1716(6)a Structural Steel Sheet Piles, Furnished 444.00 L.m. 1716(12) Structural Steel Sheet Piles, Driven 444.00 L.m. Contract Duration: 88 Calendar Days Abc:p 6,860,000.000
1311-1320 of 1513 archived Tenders