Earthwork Tenders

Earthwork Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan 2nd District Engineering Office Abulug, Cagayan, Region Ii Invitation To Bid “organizational Outcome 2: Protect Lives And Properties Against Major Floods-flood Management Program-construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Dugo Flood Control Along Abulug River, Package 2, Barangay Dugo, Abulug, Cagayan” 1. The Dpwh-cagayan 2nd District Engineering Office, Through The General Appropriation Act (gaa) For Cy 2025 Intends To Apply The Sum Of Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Organizational Outcome 2: Protect Lives And Properties Against Major Floods-flood Management Program-construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Dugo Flood Control Along Abulug River, Package 2, Barangay Dugo, Abulug, Cagayan Or Contract Id No. 25bc0009. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-cagayan 2nd District Engineering Office Now Invites Bids For The Above Procurement Project With The Following Details: Name Of Contract : Organizational Outcome 2: Protect Lives And Properties Against Major Floods-flood Management Program-construction/rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers - Construction Of Dugo Flood Control Along Abulug River, Package 2, Barangay Dugo, Abulug, Cagayan Contract Id No. : 25bc0009 Locations : Abulug, Cagayan Scope Of Works : Fcsps: Flood Control: Construction-slope Protection Using Structural Measure (e.g. Revetment, Retaining Structures, Wirenet) • Finishing And Other Civil Works • Drainage And Slope Protection Structures • Earthworks • Bank And Slope Protection Works • Drainage Works • Protective Works And Accessories Abc : Php 96,500,000.00 Contract Duration : 241 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At Procurement Unit, 2nd Floor, New Building Dpwh-cagayan 2nd Deo, Purok Lailo, Libertad, Abulug, Cagayan During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2023 To February 4, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (php 50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Dpwh-cagayan 2nd District Engineering Office Will Hold A Pre-bid Conference On January 23, 2025, 10:00 Am. At New Conference Room, Ground Floor, Annex Building, Dpwh-cagayan 2nd Deo And/or Live-streaming On Youtube: Https://www.youtube.com/channel/ucakdik4oewawl0jeka55rhw, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manually Or Electronically: (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 4, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 4, 2025, Immediately After The Deadline Of Submission Of Bids At New Conference Room, Ground Floor, Annex Bldg., Dpwh-cagayan 2nd Deo And/or Through Dpwh E-bid Submission Portal. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh-cagayan 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Kristian T. Raguirag Head, Bac Secretariat Dpwh-cagayan 2nd Deo 2nd Floor, Procurement Unit Purok Lailo, Libertad, Abulug, Cagayan Cellphone No.: +63-976-389-8112 Email Address: Dpwhcagayan2nddeo.bacsec@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Notices.philgeps.gov.ph For Online Bid Submission: Electronicbids_cagayan2@dpwh.gov.ph January 13, 2025 ___________________________________ Engr. Jesselito D. Bassig Engineer Iii, Chief- Planning And Design Section Bac - Chairperson Dpwh-cagayan 2nd Deo Purok Lailo, Libertad, Abulug, Cagayan Cellphone No.: +63-927-196-2342
Closing Date4 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
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 Sibalom River Flood Control Structure,tigbauan, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 17,640,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0050 – Construction Of Sibalom River Flood Control Structure,tigbauan, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Sibalom River Flood Control Structure,tigbauan, Iloilo Contract Id No. : 25gf0050 Locations : Tigbauan, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Approved Budget For The Contract : Php 17,640,000.00 Contract Duration : 134 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 17.6 Million (USD 301.7 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 Jarao Flood Control And Revetment Project Along Nahapay-binanu-an Camangahan Section, Guimbal, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 29,700,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0091 – Construction Of Jarao Flood Control And Revetment Project Along Nahapay-binanu-an Camangahan Section, Guimbal, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Jarao Flood Control And Revetment Project Along Nahapay-binanu-an Camangahan Section, Guimbal, Iloilo Contract Id No. : 25gf0091 Locations : Guimbal, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Division Iv. Flood Control, Drainage And Water Supply Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Part L-c. Drainage Works Approved Budget For The Contract : Php 29,700,000.00 Contract Duration : 130 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-2. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
Closing Date6 Feb 2025
Tender AmountPHP 29.7 Million (USD 507.9 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 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
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, Tubungan, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 27,720,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0082 – Construction Of Road Including Facilities, Tubungan, 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, Tubungan, Iloilo Contract Id No. : 25gf0082 Locations : Tubungan, 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 27,720,000.00 Contract Duration : 169 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 On December 27, 2024 – January 21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 7, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On January 21, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Dpwh Iloilo 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 27.7 Million (USD 473.3 K)

Oriental Mindoro Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2025-01 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The Supplemental Budget No. 6- 20% Development Fund Intend To Apply The Sum Of Two Million Three Hundred Seventy Five Thousand Eight Hundred Sixty Seven Pesos And Forty Seven Centavos (2,375,867.47) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Box Culvert Brgy. Maningcol. Attachment Annex A For Technical Specification Shall From Part Of Itb 2025-01 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 5,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents January 9, 2025,- January 21, 2025 Bac Office Pre Bid Conference Submission Of Bids January 21, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 22, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : January 9, 2025-january 3, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – January 9, 2025-january 3, 2025 2. Dilg/abc Announcement Wall – January 9, 2025-january 3, 2025 3. Pinamalayan Public Market – January 9, 2025-january 3, 2025 Construction Of Box Culvert, Brgy. Maningcol No. Qty. Unit Description Part A Facilities For The Engineer Item A.1.1(6) 3.23 Months Provision Of Combined Field Office, Laboratory And Living Quarters Building For The Engineers (rental Basis) Total Of Part A Part B Other General Requirements Item B.5 1.00 Each Project Billboard/signboard Item B.7 (1) 1.00 L.s. Occupational Safety & Health Program Item B.8 (2) 1.00 L.s. Traffic Management Item B.9 1.00 L.s. Mobilization/demobilization Total Of Part B Part C Earthworks Item 101 (3) B3 60.00 Sq.m. Removal Of Actual Structures/ Obstruction, 0.23m Thick, Pccp (unreinforced) Item 101 (4) A5 10.00 Each Removal Of Actual Structures/ Obstruction, 1220mm Dia. Rcpc Item 103 (1) 109.32 Cu.m. Structure Excavation (common Soil) Item 105 (1) A 72.00 Sq.m. Subgrade Preparation, Common Material Total Of Part C Part D Subbase And Base Course Item 200 (1) 12.60 Cu.m. Aggregate Subbase Course Total Of Part D Part E Surface Course Item 311 (1) A.3 60.00 Sq.m. Portland Cement Concrete Pavement (unreinforced ) 0.23m Thick Total Of Part E Part G Drainage And Slope Protection Structures Item 404 8,694.47 Kgs Reinforcing Steel Bar, Grade 40 Item 405 50.31 Cu.m. Structural Concrete Class A (minor Structures) Item 505 (5) 120.96 Cu.m. Grouted Riprap ( Class A) Total Of Part G Part H Miscellaneous Structures Item 1027 (1) 302.40 Sq.m. Cement Plaster Finish Total Of Part H
Closing Date22 Jan 2025
Tender AmountPHP 2.3 Million (USD 40.5 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For 25ei0119 - Construction (completion) Of Multi-purpose Building At Barangay Banilad, Pinamalayan, 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 At Barangay Banilad, Pinamalayan, Oriental Mindoro, Phase Ii/25ei0119. 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 At Barangay Banilad, Pinamalayan, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0119 Locations : Pinamalayan, Oriental Mindoro, Phase Ii Scope Of Works : Completion Of Covered Court (construction Of 2-tier Bleacher, 28.84 Meters In Length). This Includes Earthworks, Civil Works, Masonry Painting (painting Of Existing Beams And Column, And Bleachers), Steel Painting (painting Of Rafters And Purlins Of Bleachers), Roofing Works,installation Of A Basketball Ring And Steel Matting Fence (21.20 Meters In Length And 4.70 Meters High At Front Elevation), & (14.70 Meters In Length And 4.00 Meters High On The Left Side). 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 December 27, 2024 - January 16, 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 3, 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 16, 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 16, 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 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)

Municipality Of Alcantara, Cebu Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Standard Form Number: Sf-infr-05 Revised On: Invitation To Apply For Eligibility And To Bid The Municipality Of Alcantara, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Source Of Fund : Gen Fund 20% Df 2024 Continuing Appropriation Name Of Project : Completion Of Multi Purpose Building / Evacuation Center At Brgy Palanas Location : Barangay Palanas , Alcantara Cebu Brief Description : Supply Of Labor Materials And Equipment For The Completion Of Multi Purpose Building / Evacuation Center At Barangay Palanas Abc : Php 500,000.00 Contract Duration : 60 Calendar Days Prospective Bidders Should Have Experience In Undertaking Similar Project Within Last 2 Years With An Amount At Least 50% Of The Proposed Project For Bidding, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. Prospective Bidder Should Have A Good Standing In Terms Of Project Implementation , No Pending / Delays Project Implementation. The Bac Will Use Non Discretonary Pass/fall Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provissions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Submission Of Letters Of Intent And Application For Eligibility January 20, 2025 - February 5, 2025 2. Submission Of Eligibility Requirements January 20, 2025 - February 5, 2025 3. Issuance Of Bid Documents January 20, 2025 - February 5, 2025 4. Pre-bid Conference 5. Opening Of Bids February 5, 2025 2 Pm 6. Bid Evaluation February 6, 2025 7. Post Qualification February 10, 2025 8. Notice Of Award February 13, 2025 The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of A Non-refundable Amount That Shall Correspond To The Abc As Indicated In The Table From General Guidelines On The Sale Of Bidding Document And To Paid To The Municipal Treasurer Of Alcantara Cebu The Municipality Of Alcantara Assumes No Responsibility Whatsoever To Compensate Or Indemnity Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Approved By: Dates Of Publication: Engr. Arturo M. Palencia Newspaper: Bac Chairperson Philgeps January 17, 2024 Republic Of The Philippines Province Of Cebu Municipality Of Alcantara Program Of Works Name Of Project : Completion Of Multi Purpose Building/evacuation Center At Brgy Palanas Scope Of Works : Rehabilitation/improvement Of Elevated Flatform Mode Of Implementation : Straight Contract Location : Barangay Palanas , Alcantara Cebu Duration : 45 Calendar Days Source Of Fund : General Fund 20% Df 2024 Minimum Equipment Requirement : Service Truck, Power Tools , Hand Tools Approved Budget For The Contract : Php 500,000.00 Technical Personnel Requirement : Site Engineer, Foreman, Skilled Worker , Laborer # Item / Description Qty Unit Material Cost Labor Cost Equipment Cost "ocm 15% Of Dc" "profit 10% Of Dc" "vat 5% Of Dc+ocm+p" Total 1 General Requirements 1.1 Mobilization / Demobiization 1 Lot 2,500.00 1.2 Temporary Facilities 1 Lot 10,000.00 1.3 Safety Requirements 1 Lot 2,500.00 1.4 Billboard 1 Lot 2,421.88 2 Earthworks 14.60 Sq.m. 11,680.00 584.00 1,839.60 1,226.40 766.50 16,096.50 3 Ramp 12 Sq.m. 24,760.00 8,666.00 433.30 5,078.90 3,385.93 2,116.21 44,440.34 4 Formworks And Scaffoldings 1 Lot 21,240.00 7,434.00 371.70 4,356.86 2,904.57 1,815.36 38,122.49 5 Carpentry Works ( Ceiling + Overhang Ceiling + Wall ) 110 Sq.m. 46,550.00 16,292.50 814.63 9,548.57 6,365.71 3,978.57 83,549.98 6 Electrical Works 1 Lot 38,750.00 13,562.50 678.13 7,948.59 5,299.06 3,311.91 69,550.19 7 Painting Works 150 Lot 52,360.00 18,326.00 916.30 10,740.35 7,160.23 4,475.14 93,978.02 8 Signage And Logo 1 Lot 80,000.00 4,000.00 12,600.00 8,400.00 5,250.00 110,250.00 9 Plastering Works 10 Sq.m. 2,800.00 1,260.00 63.00 618.45 412.30 257.69 5,411.44 10 Metal Works 6 Sq.m. 11,800.00 4,130.00 206.50 2,420.48 1,613.65 1,008.53 21,179.16 Total Estimated Project Cost 278,260.00 81,351.00 8,067.56 55,151.80 36,767.85 22,979.91 500,000.00 Prepared By : Ok As To Appropriation : Fund Availability : Approved By : Engr. Arturo M. Palencia Karen B. Lisondra Edison Incipido Atty, Fritz A. Lastimoso Municipal Engineer Municipal Budget Officer Munciipal Treasurer Municipal Mayor
Closing Date5 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
1371-1380 of 1541 archived Tenders