Earthwork Tenders

Earthwork Tenders

Municipality Of Alcantara, Cebu Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
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

Ormoc City Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 4.8 Million (USD 84.1 K)
Details: Description Admin-bac-form12-1 Revision 2, Effective January 1, 2024 Republic Of The Philippines City Government Of Ormoc 2nd /f New Ormoc City Hall Bldg.,ormoc City Tel # (053) 255-2054 & (8) 832-8888 Local # 1126, 1127 & 1123 Cb05-________________________ Invitation To Bid The City Government Of Ormoc, Through The Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Bid For The Hereunder Contract: Name Of Contract : Construction Of Multi-purpose Building Location : Brgy. Alegria, Ormoc City Brief Description Other General Requirements; Permits And Clearances; Project Billboard/signboard; Occupational Safety And Health Program; Mobilization/demobilization; Earthworks; Clearing And Grubbing; Structure Excavation Common Soil; Embankment From Borrow (common Soil); Gravel Fill; Civil, Mechanical, Electrical And Sanitary/plumbing Works -division I- General; Reinforced Concrete; Structural Concrete 3500 Psi (class "a", 28 Days); Lean Concrete (manual Mixing); Reinforcing Steel (deformed), Grade 40; Formworks And Falseworks; Finishing And Other Civil Works; Sewer Line Works; Storm Drainage And Downspout; Septic Vault (concrete/chb); Plumbing Fixtures; Facial Mirror; Waterline Works; Ceiling (4.5mm Metal Frame Fiber Cement Board); Carpentry And Joinery Works; Rough Hardware; Finishing Hardware; Aluminum Framed Glass Door (swing Type); Aluminum Glass Windows (sliding Type); Aluminum Glass Windows (awning Type); Aluminum Glass Windows (fixed Type); Frames (jambs, Sills, Head, Transoms And Mullions); Doors (flush); Doors (wood Panel); Fabricated Metal Roofing Accessory (gauge 26, 0.551mm, Flashings; Farbricated Metal Roofing Accessory (gauge 24, 0.701mm, Gutters); Pre-painted Metal Sheets, Rib Type/long Span Above 0.427 Mm Thck.; Waterproofing Cement Base; Glazed Tiles And Trims; Unglazed Tiles; Cement Plaster Finish; Painting Works (masonry/concrete); Painting Works (wood); Painting Works (steel); Chb Non Load Bearing/load Bearing (including Reinforcing Steel) 100mm; Metal Structure Accessories (bolts And Rods); Metal Structure Accessories (turnbuckle); Metal Structure Accessories (sagrods); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Structural Steel (trusses); Structural Steel (purlins); Railing; Electrical; Conduits, Boxes & Fittings (conduit Works/conduit Rough-in); Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Pole Mounted Power Transformer (oisc) W/ Complete Accessories (single Or Three Phase, Pole Type Of Platform); Lighting Fixtures And Lamps; Approved Budget For The Contract : P 4,881,693.84 Cy2025 20% Development Fund-annual Budget Contract Duration : 130 Calendar Days Minimum Equipment 1-rebar Cutter, Max Dia (20mm) (owned/leased); 1-bar Bender (circular) (owned/leased); 1-concrete Mixer (1-2 Bagger, 8hp) (owned/leased); 2-welding Machine (owned/leased); 1-cutting Outfit (owned/leased); 2-cargo Truck/delivery Truck (owned/leased); 2-dump Truck (12 Cu.yd) (owned/leased); 1-truck Mounted Crane (20-25 Mtrs.) (owned/leased); 1-plate Compactor (5hp) (owned/leased); 1-backhoe (0.80cu.m) (owned/leased); 1-backhoe W/ Pavement Breaker (owned/leased); 2-concrete Vibrator (owned/leased); 1-pumpcrete (owned/leased); 1-boom Truck All Model 2-5mt 160hp (owned/leased); Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, And Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value Of At Least 50% Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations(irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act". It Is Also Restricted To Filipino Citizens/sole Proprietorships,partnerships Or Organization With At Least Seventy Five Percent(75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Complete Schedule Of Activities Are Listed As Follows: Bac Activities Schedules (s) From To 1. Issuance And Availability Of Bidding Documents Tuesday, January 21, 2025 February 10, 2025 @ 9:30 A.m 2. Pre-bid Conference Wednesday, January 29, 2025 @ 2:00 O'clock P.m. 3. Deadline For Submission And Receipt Of Bids Monday, February 10, 2025 @ 10:00 O'clock A.m. 4. Opening Of Bids Monday, February 10, 2025 @ 2:00 O'clock P.m. The Bac Will Issue A Complete Set Of Bidding Documents To Interested Bidders Or Their Duly Authorized Representative At The Bac Office, 2/f New Ormoc City Hall Building, Ormoc City, Upon Presentation Of Proper Identification, Special Power Of Attorney (spa), For Authorized Representative And Upon Payment Of A Non Refundable Fee In The Amount Of Five Thousand Pesos Only. (p 5,000.00) To The City Treasurer's Office, Ormoc City. The City Government Of Ormoc Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To Any Affected Bidder Or Bidders. Approved: (sgd) Vincent L. Emnas Date Of Publication:philgeps January 21, 2025 Bac Chairman Newspaper N/a Closing Date: February 10, 2025 2025-01-cb05

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation Of Multi-purpose Building, Barangay Silangan, Mogpog, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 4,944,800.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0038 - Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation Of Multi-purpose Building, Barangay Silangan, Mogpog, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation Of Multi-purpose Building, Barangay Silangan, Mogpog, Marinduque Contract Id No. : 25ea0038 Locations : Mogpog, Marinduque Scope Of Works : Construction Of 10 Columns And Footings; Tie Beams; Roof Beams; Roof Frame And Roofing; Stainless Steel Gutter With Roof Drains; 25m X 30m Flooring; Ramp; Stair; Concrete Platform; Concrete Moulding; Stage; Complete Set Of Doors And Windows; Plastering; Septic Tank; Earthworks; Steel Works; Ceiling Works; Stainless Steel Railings; Tile Works; Painting Works; Plumbing Works; And Electrical Works. Including Zoning Fee/locational Clearance; Filing Fee; Occupancy Permit; Professional Fee; And Electrical Fee. Approved Budget For The Contract : Php 4,944,800.00 Contract Duration : 120 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. 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). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 02-21, 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 5,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 09, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_yzblzdhlyjitymmxmy00odgyltk2ywqtnwuwmdfhyjuxmwi2%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 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 Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 21, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque 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: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: January 02, 2025

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 19.9 Million (USD 339.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vi Fort San Pedro, Iloilo City Invitation To Bid For Contract Id No.: 24g00142 Contract Name: Lgu Hospitals - Malay District Hospital, Aklan The Department Of Public Works And Highways Regional Office Vi Through The Fy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of Php 19,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 24g00142 – Lgu Hospitals - Malay District Hospital, Aklan. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways Regional Office Vi Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Lgu Hospitals - Malay District Hospital, Aklan Contract Id No. : 24g00142 Locations : Malay, Aklan Scope Of Works : Construction Of 2 Storey Building Which Includes Earthworks And Reinforced Concrete For Foundation Only Approved Budget For The Contract : Php 19,900,000.00 Contract Duration : 263 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C&d For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As “’government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Regional Office Vi And Inspect The Bidding Documents At Fort San Pedro, Iloilo City During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 06-28, 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. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways Regional Office Vi Will Hold A Pre-bid Conference On January 13, 2025 At 2:00 P.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_r6@dpwh.gov.ph For Electronic Submission On Or Before January 28, 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. 10. Bid Opening Shall Be On January 28, 2025 Immediately After Submission Of Bids At Department Of Public Works And Highways Regional Office Vi, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways Regional Office Vi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marilou G. Zamora Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 19.8 Million (USD 338.6 K)
Details: Description Invitation To Bid 1. The Dpwh Ilocos Sur Second District Engineering Office Through Gaa Fy 2025 Intends To Apply The Sum Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects With Corresponding Contract Identification Numbers. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Ilocos Sur Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project: Contract Id No. 25ad0039 (re-bid) (plan Link : Https://drive.google.com/file/d/1qf-uu7z6toxb8iuhecdei0fs5fonew_n/view?usp=sharing) Name Of Contract/location Construction Of Multi-purpose Building, Candon City Arena, Barangay Bagani Campo, Candon City, Ilocos Sur Scope Of Works - Earthworks - Reinforced Concrete - Finishing And Other Civil Works Approved Budget For The Contract P 19,800,000.00 Source Of Fund Gaa Fy 2025 Contract Duration 180 Calendar Days Cost Of Bid Documents P 25,000.00 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

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.9 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Three Million Seven Hundred Ninety Four Thousand Three Hundred Eighty And 43/100(php 3,794,380.43) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Brgy. Poblacion, Alubijid, Misamis Oriental, Under Purchase No. 0011-25 Dated November 12, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Palin And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel) D.2 Doors And Windows 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (cabinets) 1003(17) Carpentry And Joinery Works (ceiling) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1) Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works & Fire Alarm System 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 67 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A 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 Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro 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 [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 13.6 Million (USD 233.9 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Thirteen Million Six Hundred Eighty Thousand Ninety One & 63/100 (php 13,680,091.63) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Barangay Health Center And Nutrition Office Poblacion 3, Villanueva, Misamis Oriental, Under Purchase No. 0016-25 Dated December 23, 2024. Description Of Works Part I. Other General Requirements B.3 Permits And Clearances B.5 Project Billboard/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Spl Logo Part Ii. Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii. Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part Iv. Masonry Works 1046(2)a1 Chb Non Load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish Part V. Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi. Doors & Windows 1008 Aluminum Glass Windows 1010(2)a Hollow Core Flush Door 1007 Aluminum Framed Glass Door Part Vii. Carpentry & Joinery Works 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling 1003(4) Cabinets 1003(11)a Fascia Board 1003(17) Carpentry & Joinery Works (ceiling Vent) 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1013(2)c Fabricated Metal Roofing Accessory (gutter) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)b Metal Structures Accessories (sagrods) 1051(6) Railings Part Ix. Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part Xi Mechanical & Electronics Works 1200(13) Air Conditioning System 1202(06)a2 Extinguisher 1203 Fire Alarm System Part Xii Plumbing Works 1001(8) Sewer Line Works 1001(9) Storm Drainage And Downspout 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault (chb) 1001(5)b Catch Basin (chb) Part Xiii Termite Conrtol Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 141 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A 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 Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro 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 [php25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

Province Of Misamis Oriental Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 7.4 Million (USD 128.3 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax- Trust Fund Intends To Apply The Sum Of Seven Million Four Hundred Forty Eight Thousand Eight Hundred Twenty Eight And 62/100 (php 7,448,828.62) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of 1 Storey 4 Classroom School Building Pamalihi Elementary School, Samay, Balingasag, Misamis Oriental, Under Purchase No. 0035-25 Dated January 13, 2025. Description Of Works Part I Other General Requirements B.3 Permits And Clearances B.5 Project Billboards/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Part Ii Earthworks 801(1) Removal Of Structure And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a Reinforcing Steel (deformed) Grade 40 903(2) Formworks & Falseworks Part Iv Masonry Works 1046(2)a1 Chb Non-load Bearing (including Reinforcing Steel), 150mm 1021(1)a Cement Floor Finish (plain) 1027(1) Cement Plaster Finish Part V Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi Doors & Windows 1009(1)a Jalousie Windows (glass) 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door Part Vii Capentry & Joinery Works 1003(1) 6mm Marine Plywood On Metal Frame Ceiling 1003(17) Carpentry & Joinery Works 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)a Fabricated Metal Roofing Accessory (ridge Roll) 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)a Metal Structures Accessories (anchor Bolts) 1047(3)b Metal Structures Accessories (sagrods) 1047(3)c Metal Structures Accessories (turnbuckle) 1047(3)d Metal Structures Accessories (cross Bracing) 1047(6) Metal Structures Accessories (steel Plates) 1051(6) Railings Part Ix Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures 1200(17) Propeller (ceiling Fan) Part Xi Plumbing Works 1001(8) Sewer Line Works 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault Part Xii Termite Control Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 105 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A 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 Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 30, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro 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 [php10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Capiz 1st District Engineering Office Km. 1, Roxas City, Capiz, Region Vi Invitation To Bid For Contract Id No.: 25gd0040 Contract Name: Construction Of Multi-purpose Building, Barangay Salocon, Panitan, Capiz 1. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gd0040 – Construction Of Multi-purpose Building, Barangay Salocon, Panitan, Capiz. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Salocon, Panitan, Capiz Contract Id No. : 25gd0040 Location : Barangay Salocon, Panitan, Capiz Scope Of Works : Part B. Other General Requirements Part C. Earthworks Part D. Reinforced Concrete Part E. Finishing And Other Civil Works Part F. Electrical Part G. Mechanical Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 115 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attach Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Capiz 1st District Engineering Office And Inspect The Bidding Documents At Procurement Unit, Km. 1, Roxas City, Capiz During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025, To February 18, 2025, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Capiz 1st District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025, At 10:00 A.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_capiz1@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025, At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 18, 2025, At 10:00 Am At Department Of Public Works And Highways Capiz 1st District Engineering Office, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Chooses To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Capiz 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Jonathan S. Oro Head, Bac-secretariat (036) 620-2533 Hanzel B. Samson Bac-chairperson (036) 620-0490

City Of Pagadian Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)
Details: Description Construction Of Police Outpost At Barangay Danlugan , Pagadian City 1saip24-8000rf-c-q Item Description Unit Qty. Unit Price Amount Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 1.00 Part Ii Civil Works Part A Earthworks 803(1)c Structure Excavation (hard Rock) Ls 5.55 804(4) Gravel Bedding M3 3.81 Part B Plain & Reinforced Concrete Works 900(1)c1 Structural Concrete (for Slab On Fill, Class A, 28 Days) M3 7.06 900(1)c2 Structural Concrete For Footings (class A, 28 Days) M3 1.42 900(1)c4 Structural Concrete For Columns, (class A, 28 Days) M3 1.09 900(1)c6 Structural Concrete For Beams/girders, (class A, 28 Days) M3 2.28 902(1)a Reinforcing Steel Of Reinforced Concrete Structures Kg 947.69 902(1)a1 Reinforcing Steel Works (slab On Fill) Kg 103.60 903(1) Formworks And Falseworks (for One-storey Building) M2 12.00 Part C Masonry Works 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) M2 84.12 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) M2 0.52 Part D Ceiling Works 1003(1)a 4.5mm Fiber Cement Board On Metal Frame Ceiling M2 53.65 Part E Roof Framing And Roofing Works 1013(2)a1.a Plain Metal Sheets (ridge Roll) M 0.65 1013(2)a2 Fabricated Metal Roofing Accessory (hip Roll) M 20.80 1013(2)a3 Fabricated Metal Roofing Accessory (flashing) M2 8.70 1013(2)c Fabricated Metal Roofing Accessory (gutter) M 29.00 1014(1)b1 Prepainted Metal Sheets (corrugated, Long Span, 0.50mm Thk) M2 57.75 1047(2)a Structural Steel Roof Framing Kg 107.84 1047(2)c1 Structural Steel Purlins (2"x3") Kg 167.96 Part F Farbricated Materials 1008(1)c Aluminum Glass Window (awning Type) M2 0.72 1009(1)a Jalousie Window (glass) M2 8.40 1010(2)b Wooden Panel Door M2 1.68 Part G Painting Works 1032(1)c Painting Works (metal Painting) M2 66.41 Part H Septic Tank And Plumbing Works 1001(8) Sewer Line Works Ls 1.00 1002(4) Plumbing Fixtures & Accessories Ls 1.00 1002(24) Cold Water Line Pipes And Fittings Ls 1.00 1046(2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) M2 - Part I Electrical Works 1100(10) Conduits, Boxes, And Fittings Ls 1.00 1101(33) Wires And Wiring Devices Ls 1.00 Part J Riprap And Embankment 103(1)c Structure Excavation (hard Rock) M3 74.71 404(1) Reinforcing Steel Bar, (footing Of Concrete Lining/riprap) Kg 314.50 405(1) Structural Concrete, Class A -28 (concrete Lining/ Riprap Footing) M3 25.05 505(5) Grouted Riprap, Class A M3 114.70 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-03 Name Of Contract: Construction Of Police Outpost At Barangay Danlugan , Pagadian City 1saip24-8000rf-c-q Approved Budget For The Contract -p 1,371,870.02 Completion Of Work -60 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 13, 2025 To January 20, 2025 2-issuance And Availability Of Bidding Documents January 13, 2024 To January 28, 2025 3-pre-bid Conference January 16,2025 4- Submission And Receipt Of Bids /bid Opening January 28, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 1,400.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 13, 2025 To January 20, 2025
1381-1390 of 1540 archived Tenders