Earthwork Tenders

Earthwork Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid For Construction Of Tangyan Flood Control And Revetment Project Along Lubacan-nito-an-lupsag Section, Guimbal, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 29,700,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0090 – Construction Of Tangyan Flood Control And Revetment Project Along Lubacan-nito-an-lupsag Section, Guimbal, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Tangyan Flood Control And Revetment Project Along Lubacan-nito-an-lupsag Section, Guimbal, Iloilo Contract Id No. : 25gf0090 Locations : Lubacan-nito-an-lupsag Section, Guimbal, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Division Iv. Flood Control, Drainage And Water Supply Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Approved Budget For The Contract : Php 29,700,000.00 Contract Duration : 151 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
Closing Date6 Feb 2025
Tender AmountPHP 29.7 Million (USD 507.9 K)

City Of Lapu lapu Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Repair Of Various Classrooms Of Babag I Elementary School 1. The Bids And Awards Committee Of City Of Lapu-lapu Through The Sef Fy 2025 Intends To Apply The Sum Of Php 4,556,091.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair Of Various Classrooms Of Babag I Es, Babag, Lapu-lapu City ; Infra 25-07 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Bids And Awards Committee Of City Of Lapu-lapu Through The Sef Fy 2025 Intends To Apply The Sum Of Php 4,556,091.00 ; Infra 25-07: Repair Of Various Classrooms Of Babag I Es, Babag, Lapu-lapu City Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Bids And Awards Committee Of City Of Lapu-lapu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 210 C. D. 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 Bids And Awards Committee Of City Of Lapu-lapu And Inspect The Bidding Documents At The Address Given Below From 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Jan. 20, 2025(from 8:00 Am To 5:00pm) Until On Or Before 12:00 Noon Of Feb.11, 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 Php 5000.00.the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees At The City Government Of Lapu-lapu At City Treasurers Office. 6. The Bids And Awards Committee Of City Of Lapu-lapu Will Hold A Pre-bid Conference On January 28, 2025 At 1:30 Pm At Bac Office, 2nd Flr. Cgso Bldg., Pusok, Lapu-lapu City And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. The Significant Times And Deadlines Of Procurement Activities Are Also Shown Below: 1. Advertisement/posting : Jan. 20-26, 2025 @8:00 Am – 4:00 Pm 2. Pre-bid Conference : Jan. 28, 2025 @ 1:30 Pm 3. Bidding Documents Payment Deadline : Jan. 20 To Feb.11, 2025 Until 12:00 Noon 4. Receipt Of Bids : Feb.11, 2025 @ 8:00 Am To 12:00 Noon 5. Opening Of Bids : Feb.11, 2025 @ 1:30 Pm 6. Post Qualification : Feb.13, 2025 @ 1:30 Pm 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 12:00 Noon Of February 11, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025 @ 1:30pm At The Given Address Below Bac Office, 2nd Flr. Cgso Bldg., Pusok, Lapu-lapu City And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Scope Of Works Involves: Part A: Project Billboard/ Signage, Const. Safety & Health Program, Mobilization/ Demobilization, Scaffolding Rentals. Bldg 1: 1-sto., 5-cl (garcia Bldg.): Removal/ Demolition Works, Roofing Works, Tinsmith Works, Carpentry Works, Painting Works. Bldg.2: 4-storey,12-cl (deped Std): Removal/ Demolition Works, Tinsmith Works, Plumbing/ Sanitary Works, Ceiling Works, Steel Works, Painting Works. Bldg.3: 1-storey,, 3-cl (marcos Type): Removal/ Demolition Works, Roofing/ Steel Works, Tinsmith Works, Carpentry Works, Ceiling Works, Painting Works. Bldg.4: 1-storey, 3-cl (makeshift):removal/ Demolition Works, Earthworks, Concrete Works, Masonry Works, Roofing/ Steel Works, Tinsmith Works, Carpentry Works, Ceiling Works, Electrical Works, Painting Works. 11. 12. The Bids And Awards Committee Of City Of Lapu-lapu 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 201 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders 13. For Further Information, Please Refer To: Dennis T. Benavides Bac Twg City Engineers Office Pusok, Lapu-lapu City Densbenz66@gmail.com 3400015-16(032) 13.you May Visit The Following Websites: Www.lapulapucity.gov.ph For Downloading Of Bidding Documents: (www.philgeps.gov.ph) Ceo Bulletin: City Hall Entrance: Cgso Bulletin: January 16, 2025 Approved By: Ronaldo D. Malacora (sgd.) Oic-general Services Office Bac Chairman
Closing Date11 Feb 2025
Tender AmountPHP 4.5 Million (USD 78.5 K)

Municipality Of San Julian, Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Province Of Eastern Samar Municipality Of San Julian Invitation To Bid Construction Of Slope Protection Along Creek Along San Miguel – Bunacan Fmr, Brgy. Bunacan, 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 Six Million Nine Hundred Ninety-eight Thousand Six Hundred Fifteen Pesos & 57/100 Centavos Only (php 6,998,615.57) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Slope Protection Along San Miguel – Bunacan Fmr, Brgy. Bunacan (kalipkipon), San Julian, Eastern Samar. (project Reference No. Sj-2025-006-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 Slope Protection Along San Miguel – Bunacan Fmr, Brgy. Bunacan (kalipkipon), San Julian, Eastern Samar. Completion Of The Works Is Required Within One Fifty Hundred (150) 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 6,998,615.57 Project Duration : 150 Calendar Days Bid Security : Php 139,972.31 (bank Guarantee, Cash, Manager’s Check) Php 349,930.78 (surety Bond) Bid Closing Date : February 14, 2025; Time: 8:30am 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 C Earthworks 100(2) Clearing & Grubbing 245.00 Sq.m. 101(3b1) Removal Of Actual Structures/obstruction (pccp-unreinforced) 28.00 Sq.m. 101(4a3) Removal Of Actual Structures/obstruction (910mm Rcpc) 14.00 Lm. 103(1a) Structure Excavation(common Soil) 16.80 Cu.m. 104(2a) Embankment From Borrow (common Soil) 627.00 Cu.m. 105(1a) Sub-grade Preparation 53.00 Sq.m. Part D Sub Base And Base Course 201(1) Agg. Base Course 5.25 Cu.m. Part E Surface Courses 311(1a) Portland Cement Concrete Pavement (unreinfoced) 62.00 Sq.m. Part F Bridge Construction 404(1a) Reinforcing Steel (grade 40) 2,854.00 Kgs. 405(1a2) Structural Concrete 44.14 Cu.m. 414(1) Forms & Falseworks 371.35 Sq.m. Part G Drainage & Slope Protection Structures 500(1a3) Rcpc (910d) 14.00 Lnm. 505(2a) Grouted Riprap (class A) 64.60 Cu.m. 509(1b1) Sheet Pile (steel – Slope Protection) 525.00 Lnm. 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 21, 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 Ten Thousand Pesos Only (php 10,000.00). 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; 8:30 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; 8:30 Am. At The Given Address Mdrrmo Office, 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
Closing Date14 Feb 2025
Tender AmountPHP 6.9 Million (USD 120.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
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 (rebidding) For Construction Of Road Including Facilities, Barangay Maricolcol - Barangay Sta. Barbara, Miagao, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0079 – Construction Of Road Including Facilities, Barangay Maricolcol - Barangay Sta. Barbara, 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 Road Including Facilities, Barangay Maricolcol - Barangay Sta. Barbara, Miagao, Iloilo Contract Id No. : 25gf0079 Locations : Miagao, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part C. Earthworks Part D. Subbase And Base Course Part E. Surface Course Part G. Drainage And Slope Protection Structures Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 81 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-1. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The 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
Closing Date6 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
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 Road Including Facilities, Igbaras, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 19,800,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0093 – Construction Of Road Including Facilities, Igbaras, 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 Road Including Facilities, Igbaras, Iloilo Contract Id No. : 25gf0093 Locations : Igbaras, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part C. Earthworks Part D. Subbase And Base Course Part E. Surface Course Part G. Drainage And Slope Protection Structures Part H. Miscellaneous Structures Approved Budget For The Contract : Php 19,800,000.00 Contract Duration : 146 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-1. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
Closing Date6 Feb 2025
Tender AmountPHP 19.8 Million (USD 338.6 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0131 - Construction Of Multi-purpose Building (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro/25ei0131. 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 (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro Contract Id : 25ei0131 Location : Pinamalayan, Oriental Mindoro Scope Of Works : Construction Of Multi-purpose Building (health Center). This Includes Earthworks, Civil Works, Masonry Painting (painting Of Perimeter Walls, Beams And Column), Steel Painting Of Railings, Plumbing Works (sewer Lines, Cold Water Lines, Septic Tank And Plumbing Fixtures), Electrical Works (wires And Wiring Devices, Conduits Boxes And Fittings, Panel Board, And Lighting Fixtures), And Mechanical Works (fire Extinguisher And Fire Alarm System) Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 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 15, 2025 – February 04, 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 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 22, 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 04, 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 04, 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
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)

City Of Canlaon Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii) The Local Government Of Canlaon City, Through The Aro For Capex, Fund Code 100, No.1000-2-1-01-301-18, Cy 2024, Intends To Apply The Sum Of Nine Million, Five Hundred Sixty-four Thousand, Three Hundred Thirty-nine & 18/100 (p9,564,339.18) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii), Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Canlaon Now Invites Bids For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii), Canlaon City. Completion Of The Works Is Required 300 Calendar Days. Bidders Should Have Completed Within Ten (10) Years Prior To 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 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Obtain Further Information From The Local Government Unit, Canlaon City At The Office Of The Bids And Awards Committee, Canlaon City And Inspect The Bidding Documents From 8:00 Am To 5:00 Pm, Monday To Friday. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 15, 2025 To February 5, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, 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 (p10,000.00) Pesos. The Procuring Entity Shall Allow Bidder To Present Its Proof Of Payment For The Fees By Facsimile. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. The Local Government Unit Of Canlaon City Will Hold A Pre-bid Conference On January 23, 2025 – 11:00 Am, At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City, Which Shall Be Open To All Prospective Bidders. Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before February 5, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 Bid Opening Shall Be On February 5, 2025, 10:00 Am At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. 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. For The Purpose Of Constituting A Quorum, Either The Physical Or Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon City Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 09175617931 Email Address: Bacofficelgucanlaon@yahoo.com Bacofficelgucanlaon@gmail.com Date Of Posting: January 14, 2025 Zosilito A. Ongco Bac Vice-chairperson Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: 01 Bid Form Name Of Project: Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii) Location: Canlaon City Bill Of Quantities Item No. Item Description Quantity Unit Unit Price (pesos) Amount (pesos) I. Earthworks (3.3 Cu.m.) 3.30 Cu.m. Ii. Formworks 68.30 I.m. Iii. Backfill Works 25.28 Sq.m. Iv. Erection And Dismantling Of Scaffoldings 1.00 Lot V. Demolition Work (due To Revision Of Plans) 2.37 Cu.m. Vi. Concrete Works 103.98 Cu.m. Vii. Masonry Works & Dry Wall Partition 789.48 Sq.m. Viii. Electrical Works 755.35 Sq.m. Ix. Plumbing Works 1.00 Lot X Painting Works 1,632.28 Sq.m. Xi Fabrication & Installation Of Doors & Windows & Mirrors 336.33 Sq.m. Xii Fascia Frame & False Gutter 96.00 I.m. Xiii Ceiling & Eaves 478.24 Sq.m. Xiv Tileworks 344.43 Sq.m. Xv Railings 79.10 I.m. Xvi Canopy Extension 76.00 Sq.m. Special Item Billboard 1.00 Lot Total Submitted By: Name And Signature Of Bidder/authorized Representative Date:_________________________
Closing Date5 Feb 2025
Tender AmountPHP 9.5 Million (USD 163.5 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Contract Id No. 25ad0040 (plan Link: Https://drive.google.com/file/d/1lcdlszu-kulcwmvcj7u4ug04dn_heyni/view?usp=sharing) Name Of Contract/location Bip- Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities- Construction Of Bridge, Barangay Cabugao, Suyo, Ilocos Sur Scope Of Works - Earthworks Including Excavation, Embankment, Subgrade Preparation And Aggregate Subbase Course - Construction Of 6.0 Mtrs. Flatslab Bridge Resting On Spread Footing. - Construction Of Pcc Pavement 250mm, Thick Bridge Approaches. - Construction Of Slope Protection. - Installation Of Bridge Signages Approved Budget For The Contract P 4,900,000.00 Source Of Fund Gaa Fy 2025 Contract Duration 142 Calendar Days Cost Of Bid Documents P 5,000.00 Pcab License (size Range) Small B 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category For License Classification As Stated Above For Each Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Annex Ii-1.1b 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. “if At The Time Of The Post Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 2016 Rirr Of Ra 9184, The Procuring Entity Shall Disqualify The Contractor From The Award Of Infrastructure Project Subject Of The Bid.” 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of Dpwh Ilocos Sur Second District Engineering Office And Inspect The Bidding Documents At The Dpwh Ilocos Sur Second District Office, Candon City, Ilocos Sur During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 17, 2025 To February 5, 2025 But Not Later Than 10:00 A.m. On The Deadline 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 Stated Above. 7. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The Act And Its Irr. 8. It May Also Be Downloaded Free Of Charge From The Dpwh Website And The Phil-geps Website Provided, That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Dpwh Ilocos Sur Second District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Multi-purpose Function Room, 3rd Floor (north Wing), Dpwh Ilocos Sur 2nd Deo, Candon City, Ilocos Sur Which Shall Be Open To Prospective Bidders. The Said Activity Can Be Viewed At Our Youtube Channel Dpwh Ilocos Sur 2nd Deo Procurement Ls With Url: Http://tinyurl.com/dpwh-ilocos-sur-2nd-deo 10. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either, Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At The Electronicbids_ilocossur2@dpwh.gov.ph For Electronic Submission On Or Before 10:00 A.m. Of February 5, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb Clause 18. 12. Bid Opening Shall Be On February 5, 2025 At 10:00 A.m. At The Multi-purpose Function Room, 3rd Floor (north Wing), Dpwh Ilocos Sur 2nd Deo, Candon City, Ilocos Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Ilocos Sur Second District Engineering Office Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 14. For Further Information Please Refer To: Bac Chairperson : Engr. Pio R. Perilla Address : Dpwh Ilocos Sur 2nd Deo, Candon City, Ilocos Sur Telephone No. : 09272616627 Bac Secretariat Head : Engr. Antonio R. Pescador Address : Dpwh Ilocos Sur 2nd Deo, Candon City, Ilocos Sur Telephone No. : 0917-508-1133 Email Address : Bac_ised2@yahoo.com.ph
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 83.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Contract Id No. 24ad0126 (plan Link : Https://drive.google.com/file/d/1gxk1f6jurrrmoohcf7qycxtyl7vqdc5g/view?usp=drive_link) Name Of Contract/location Emergency Repair/restoration Of Amburayan River Revetment, Brgy. Magsaysay, Tagudin Scope Of Works - Earthworks Including Excavation And Embankment - Scour Protection Works Using Steel Sheet Pile - Bank Slope Protection Works Using Concrete Slope Protection Approved Budget For The Contract P 5,900,010.00 Source Of Fund Sr2024-12-022281 Contract Duration 67 Calendar Days Cost Of Bid Documents P 10,000.00 Pcab License (size Range) Small B 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category For License Classification As Stated Above For Each Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Annex Ii-1.1b 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. “if At The Time Of The Post Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 2016 Rirr Of Ra 9184, The Procuring Entity Shall Disqualify The Contractor From The Award Of Infrastructure Project Subject Of The Bid.” 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of Dpwh Ilocos Sur Second District Engineering Office And Inspect The Bidding Documents At The Dpwh Ilocos Sur Second District Office, Candon City, Ilocos Sur During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 15, 2025 To February 3, 2025 But Not Later Than 10:00 A.m. On The Deadline 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 Stated Above. 7. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The Act And Its Irr. 8. It May Also Be Downloaded Free Of Charge From The Dpwh Website And The Phil-geps Website Provided, That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Dpwh Ilocos Sur Second District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At The Multi-purpose Function Room, 3rd Floor (north Wing), Dpwh Ilocos Sur 2nd Deo, Candon City, Ilocos Sur Which Shall Be Open To Prospective Bidders. The Said Activity Can Be Viewed At Our Youtube Channel Dpwh Ilocos Sur 2nd Deo Procurement Ls With Url: Http://tinyurl.com/dpwh-ilocos-sur-2nd-deo 10. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either, Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At The Electronicbids_ilocossur2@dpwh.gov.ph For Electronic Submission On Or Before 10:00 A.m. Of February 3, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb Clause 18. 12. Bid Opening Shall Be On February 3, 2025 At 10:00 A.m. At The Multi-purpose Function Room, 3rd Floor (north Wing), Dpwh Ilocos Sur 2nd Deo, Candon City, Ilocos Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Ilocos Sur Second District Engineering Office Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 14. For Further Information Please Refer To: Bac Chairperson : Engr. Pio R. Perilla Address : Dpwh Ilocos Sur 2nd Deo, Candon City, Ilocos Sur Telephone No. : 09272616627 Bac Secretariat Head : Engr. Antonio R. Pescador Address : Dpwh Ilocos Sur 2nd Deo, Candon City, Ilocos Sur Telephone No. : 0917-508-1133 Email Address : Bac_ised2@yahoo.com.ph
Closing Date3 Feb 2025
Tender AmountPHP 5.9 Million (USD 100.9 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Philippines
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, Oton, 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 25gf0086 – Construction Of Flood Mitigation Structure, Oton, 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, Oton, Iloilo Contract Id No. : 25gf0086 Locations : Oton, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Division Iv. Flood And River Control And Drainage Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works 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 15 – February 4, 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 22, 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 4, 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 4, 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
Closing Date4 Feb 2025
Tender AmountPHP 139.9 Million (USD 2.3 Million)
1361-1370 of 1543 archived Tenders