Earthwork Tenders
Earthwork Tenders
Department Of Agriculture Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of Aring Solar-powered Irrigation System (spis) In Brgy. Aring, Badoc, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Two Million Nine Hundred Sixty-nine Thousand Eight Hundred Thirty-seven Pesos And Forty-six Centavos (php2,969,837.46) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of Aring Solar-powered Irrigation System (spis) In Brgy. Aring, Badoc, Ilocos Norte With Project Identification Number Da Rfo-1-2025-infra-015. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. Aring, Badoc, Ilocos Norte Project Description: Installation Of Spis With A Maximum Pump Discharge Of Daily Output Of 800 Cu.m./day) At 7m Tdh Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Temporary Facility 1.00 L.s. Iii. Provision Of Safety And Health 1.00 L.s. Iv. Clearing And Grubbing 200.00 Sq.m. V. Earthworks 83.57 Cu.m. Vi. Rsb Works 3,038.95 Kgs. Vii. Form Works 170.75 Sq.m. Viii. Concrete Works 49.20 Cu.m. Ix. Pv Module And Mounting 11,000.00 Watts X. Water Pump 1.00 Unit Xi. Pump Controller/ Inverter 1.00 Unit Xii. Iron, Tinsmithry Work And Carpentry Works 1.00 Lot Xiii. Cable And Electrical Works 1.00 Lot Xiv. Distribution Works 170.00 Meter Xv. Masonry, Painting & Water Proofing Works 18.40 Sq.m. Xvi. Doors & Windows 2.29 Sq.m. Xvii. Auxiliary Works 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 3 Skilled Workers • 13 Unskilled Workers • 1 Equipment Operator Minimum Equipment Required: • 1 Backhoe, 0.28 Cu. • 1 Concrete Mixer, One Bagger • 1 Hdpe Butt Fusion Machine • Set Of Handtools Completion Of The Works Is Within Seventy-five (75) 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 14, 2025 To February 4, 2025 The Address Given And Websites 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 23 January 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 04 February 2025, 3:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 04 February 2025, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. The Technical Specifications (as Part Of Tab F - Project Requirements), To Be Signed By The Bidder/authorized Representative And Submit During Bid Opening, Of The Unit Offered Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 10915, Dated 21 July 2016, Otherwise Known As "philippine Agricultural And Biosystems Engineering Act Of 2016" And Department Of Agriculture (da) Memorandum Order No. 50, Series Of 2020. The Technical Specification Must Be Supported With The Following: O Colored, Clear And Readable Original Copies Of Brochures (in English Language) Of The Offered Goods (pump, Inverter/controller And Solar Module/panel). O Other Technical Specification Requirements: • With Minimum Warranty Of 1 Year On Pump And Controller/inverter, Accessories, And Services • With Minimum Warranty Of 15 Years On Pv Module E. Valid Amtec Test Report For The Pump Is Required During Bid Opening. Upon Completion Of The Project The Raed Shall Conduct Acceptance Testing. If The System Fails To Meet The Prescribed Specifications And Performance Standards, The Contractor Shall Institute Corrective Measures For The System To Conform To Specifications And Standards As Requirement For Payment. Otherwise, The Procuring Entity Shall Not Accept The Project And Proceed With The Termination Of Contract On The Ground That The Supplier/ Winning Bidder, Who Is In Default, Fails To Perform Its Obligation Under The Contract. F. Permit To Operate And Notification Letter From Bafe Shall Be Verified During Post-qualification. G. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 13, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-015
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 68.8 Million (USD 1.1 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00062: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R. A. 11239 - Asset Preservation Program - Preventive Maintenance - Primary Roads Along Maharlika Highway - K0257+000 - K0258+100 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱68,838,275.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00062: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R. A. 11239 - Asset Preservation Program - Preventive Maintenance - Primary Roads Along Maharlika Highway - K0257+000 - K0258+100. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R. A. 11239 - Asset Preservation Program - Preventive Maintenance - Primary Roads Contract Id No. : 25b00062 Location : Bayombong, Nueva Vizcaya Brief Project Description : Asphalt Overlay, Length = 4.392 Lane-km @ 4 Lanes, With Road Safety Facilities Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarterr Building For The Engineer • Provision Of Furniture/fixtures, Equipment And Appliances For The Field Office For The Engineer Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization • Environmental Management And Monitoring Earthworks • Removal Of Actual Structures/obstruction (0.30 M Thick – Pccp) • Excavation (surplus Common) • Subgrade Preparation Subbase And Base Course • Aggregate Base Course • Polymer Stabilized Subbase/base/surface Course Surface Courses • Asphalt Overlay • Pccp, 0.15 M Thick, 14 Day Concrete • Pccp, 0.30 M Thick, 3 Day Concrete Miscellaneous Structures • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Structural Concrete Injection And Crack Repair Approved Budget For The Contract (abc) : ₱68,838,275.00 Contract Duration : 125 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 25 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16 - February 04, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 23, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 16 - 22, 2025 Conspicuous Place (procurement Bulletin Board): January 16 - 22, 2025
MUNICIPALITY OF PANGIL, LAGUNA Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Municipality Of Pangil, Through Its Bids And Awards Committee (bac), Invites Legitimate Contractors/suppliers Duly Registered As Platinum To Philgeps To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract/project: Name Of Project : Concreting Of Local Access Road At Sitio Interwood, Brgy. Isla, Pangil, Laguna Location : Sitio Interwood, Brgy. Isla, Pangil, Laguna Brief Description/scope Of Work :concreting Of Local Access Road Approved Budget For The Contract (abc) : Php500,000.00 Contract Duration/delivery Period : Within One Hundred Twenty (120) Calendar Days Upon Receipt Of Ntp/p.o. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Issuance Of Bid Documents February 03, 2025-february 11, 2025 8:00 Am - 05:00 Pm 2. Receipt/opening Of Bids February 11, 2025 09:00 Am 3. Bid Evaluation February 12, 2025 4. Post Qualification February 13, 2025 5. Notice Of Award February 14, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of A Non-refundable Fee For The Cost Of Bidding Documents Amounting To Five Hundred Pesos (php500.00). Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend At The Aforesaid Bidding. 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 Bid Security Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) -cash Or Cashier’s/manager’s Check -bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank Two Percent (2%) -surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) Bids And Awards Committee (bac) May Also Require Bidder/contractors To Present The Originals Of The Eligibility Documents For Authentication. The Bids And Awards Committee (bac) 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 Pangil Assumes No Responsibility Whatsoever To Compensate To Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Contractors/applicants Who Are Interested To Bid Are Required To Register Prior To The Set Schedule Of Submission Of Bid While Those Already Registered Shall Keep Their Records Current And Updated. Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Contractor Profile Eligibility Process And Subject To Further Post-qualification. Approved: Engr. Vinson David V. Valois Bac Chairperson 0956-520-8433 Notice To Bidder Sealed Proposal Plainly Marked Bidding For The Concreting Of Local Access Road At Sitio Interwood, Brgy. Isla, Pangil, Laguna Will Be Received At 2nd Floor Municipal Government Building, Barangay San Jose, Pangil, Laguna On February 11, 2025 At 09:00 A.m. By The Bids And Awards Committee (bac) To Be Opened In The Presence Of The Authorized Bidders’ Representatives, Observes And Other Concerned Agencies. Late Bids Shall Not Be Accepted. Condition : Lump Sump Bid 1 That The Bidder Shall State Whether The Materials Or Articles Offered By Him Are Domestically Or Foreign Made Products Or Whether Domestic Entity As Define In Commonwealth Act No. 138. 2 That Each Bid Shall Accompanied By Cash, Certified Check And Duly Certified Surety Bond Payable To The Municipal Treasurer Of Pangil, Laguna In The Amount Of Bidders Bond Should Be 2% Of The Abc If Cash And 5% If Surety Bond And Guaranty Of Good Faith That The Contractor Shall Delivered The Goods After He Was Notified Of The Acceptance Of Their Bid. Failure Of The Successful Bidder To Enter Into Contract Within 10 (ten) Days Shall Be Reason For The Forfeiture In Favor Of The Government And This May Disqualify Him From Participation In Future Bidding And Alterations Must Be Initialed By The Dealer Concerned. 3 Bid Received Without The Required Deposit Will Be Rejected. 4 In Connection With This, It Is Understood That The Time Is An Essential Fact And That The Failure Of The Contractor To Complete The Delivery Of Materials Called For Within The Stipulated Time, The Contractor Shall Be Liable To Indemnify The Government In The Sum Deemed Appropriate For Each Day Of Delay As Liquidated Damages. Extension Of Time Maybe Granted To Successful Bidder Only Due To Force Majeure. 5 The Right Is Reserved To Reject Any Or All Bids, To Waive Any Defect Therein Or To Accept Such Bid As Maybe Considered Most Advantageous To The Government. 6 This Notice To Bidder Will Serve As A Proposal By Filling The Blank Space Of The Specification And This Should Be Dully Signed At The Bottom Thereof By The Bidder. However, Prospective Bidders Who Do Not Have A Copy Of The “specification” May Use Any Clean Sheet Of Paper For His Bid Duly Signed By Him. 7 Only Cash, Certified Check, Or Duly Certified Surety Bond Payable To The Municipal Treasurer Is Acceptable. 8 Bidders Must Follow The Call For Bids As Specified. A Bidder Is Not Allowed To Change His Bid After The Call Of Bids. 9 In Case Of Awards For Supplies And Materials That Will Require Chemical, Scientific Analysis And/or Hydro Static Pressure Test, Samples From The Delivered Supplies And Materials Shall Be Taken And Submitted For Test To Any Government Laboratory At The Expenses Of The Dealer. 10copies Of The Notice To Bidders Are Sent To The Municipal Treasurer Of This Province To Be Posted By Them In Conspicuous Places, Like Municipal Building, Post Office, Public Market, Cockpits, Etc. And That Of The Businessman’s Store Dealing On The Above Materials. The Bac Secretariat Of Pangil, Laguna Shall Record The Distribution Of This Notice To A Memorandum Book. The Members Of The Bid And Awards Committee, The Provincial Auditor And The Provincial Treasurers Are Also Furnished A Copy Of The Notice To Bidder For Their Use As They Deem It Convenient. Engr. Vinson David V. Valois Bac Chairperson Item No. Qty Unit Item Description Unit Total Cost Cost Site Preparation 1 1 Roll 100-m Blue Sheet 2 50 Pcs 2x3x12 Coco Lumber 3 30 Kgs Assorted Nails 4 3 Kgs. Tie Wire # 16 (2% Of Rsb) Concrete Works 5 231.32 Bags Cement 6 12.85 Cu.m. Sand 7 25.70 Cu.m. Gravel 8 20 Pcs. 6mm C- Purlins Forms 9 24 Kgs. Rebar 10mm Reinforcing Steel Bar 10 30 Pcs 16mmø Rsb Plumbing Works 11 2 Pcs. Gi Pipe 3/4" 12 40 Pcs. Solven Cement 200cc Project Billboard 13 1 Set Signage 8' X 8' 14 2 Pcs Portland Cement 15 0.50 Cum Washed Sand 16 0.50 Cum Gravel 17 2 Pcs Marine Plywood 18 2 Kl C.w Nail 19 20 Bdft Cocolumber Equipment Rental/welding Machine Rental/minor Tools Earthworks / Demolition / Chipping / Dismantling Works Labor Cost Profit,ocm,mobilization/demobilzation Vat / Tax Total Amount Requested - Purpose: Construction Of Local Access Road At Sitio Interwood In Brgy. Isla Pangil Laguna Total Amount Of Bid In Words: And (figures) ________________________________________________________________________________________________ _______________________________________________________________________________________________ Type Of Bid Security/bidders Bond:___________________________________________________________ Total Amount Of Bid Security/bidders Bond: ________________________________________________ ************************************************** Republic Of The Philippines) Municipality Of_________________) S.s. Bid-securing Declaration Bids And Awards Committee I/we2, The Undersigned, Declare That: 1.i/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2.i/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided 3.under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration3, If I/we Have Committed Any Of The Following Actions: (i)withdrawn My/our Bid During The Period Of Bid Validity Required In The Bidding Documents; Or (ii)fail Or Refuse To Accept The Award And Enter Into Contract Or Perform Any And All Acts Necessary To The Execution Of The Contract, In Accordance With The Bidding Documents After Having Been Notified Of Your Acceptance Of Our Bid During The Period Of Bid Validity. 4.i/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a)upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b)i Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c)i Am/we Are Declared As The Bidder With The Lowest Calculated And Responsive Bid/highest Rated And Responsive Bid4, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. _________________________________ Name Of Bidder’s Authorized Representative Signature Over Printed Name
EllisDon Construction Services Inc Tender
Aerospace and Defence
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project. Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number: 71947 Title: Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu), including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division Scope Of Work 01 45 00 Surveying 01 45 00 Material Testing 01 45 00 Third Party Inspection (roof, Structural, Geotechnical) 01 52 00 Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19 Tower Cranes 01 54 23 Scaffolding 02 41 19 Selective Demolition 03 11 00 Concrete Formwork 03 15 00 Concrete Accessories 03 20 00 Reinforcing Steel 03 30 00 Concrete Supply 03 35 00 Concrete Placing & Finishing 03 45 00 Precast Specialties 04 00 00 Masonry 05 10 00 Structural Steel 05 30 00 Metal Decking 05 50 00 Miscellaneous Steel 05 70 00 Ornamental (specialized) Metals 06 20 00 Millwork / Architectural Woodwork 07 10 00 Damp Proofing & Waterproofing 07 40 00 Metal Roofing, Cladding & Siding 07 50 00 Membrane Roofing 07 80 00 Firestopping & Fireproofing 07 90 00 Caulking 08 10 00 Openings – Doors, Frames & Hardware 08 33 00 Coiling Doors & Grilles 08 34 16 Hanger Doors 08 35 00 Folding Doors & Grilles 08 36 00 Overhead Doors 08 40 00 Aluminum Entrances, Storefronts & Curtain Wall 08 80 00 Glazing 08 87 00 Window Film 09 21 16 Gypsum Board Assemblies 09 51 14 Acoustic Panels 09 60 00 Flooring 09 66 00 Tiling 09 67 00 Fluid Applied Flooring 09 69 00 Access Flooring 09 90 00 Painting 10 11 00 Visual Display Boards 10 14 00 Signage 10 22 19 Demountable Partitions 10 26 00 Wall, Corner, Door Protection 10 28 00 Bathroom Accessories & Toilet Partitions 10 51 00 Lockers 10 75 00 Flagpoles 11 30 00 Appliances 11 61 00 Theater And Stage Equipment 11 66 00 Athletic Equipment 11 81 29 Fall Arrest Systems 11 98 00 Detention Equipment 12 00 00 Furnishings 12 20 00 Window Coverings 14 20 00 Elevator & Lifts 21 00 00 Fire Suppression 22 00 00 Mechanical – Plumbing 23 00 00 Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00 Integrated Automation 26 00 00 Electrical 28 10 00 Access Control 31 00 00 Earthworks 31 60 00 Piling 32 10 00 Paving 32 16 00 Sidewalk Curb & Gutter 32 31 00 Fencing 32 90 00 Landscaping 33 00 00 Utilities & Underground 34 73 00 Airfield Construction - Apron 41 22 00 Overhead Cranes 48 16 00 Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.
Department Of Agriculture Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 6.9 Million (USD 118.5 K)
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of San Marcelino Solar-powered Irrigation System (spis) In Brgy. San Marcelino, Dingras, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Nine Hundred Twenty-nine Thousand Six Hundred Ninety-one Pesos And Five Centavos (php6,929,691.05) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of San Marcelino Solar-powered Irrigation System (spis) In Brgy. San Marcelino, Dingras, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-014. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. San Marcelino, Dingras, Ilocos Norte Project Description: Installation Of Spis With A Minimum Pump Discharge Of 1,200 Cu.m./day And Solar Led Flood Light, Construction Of Slope Protection With Pump Sump, Control Room, Water Storage Support And Perimeter Fence With Project Marker. Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Temporary Facility 1.00 Lot Iii. Provision Of Safety And Health (ppe And Signages) 1.00 L.s. Iv. Clearing And Grubbing 600.00 Sq.m. V. Earthworks 258.85 Cu.m. Vi. Rsb Works 1,950.42 Kgs. Vii. Form Works 232.38 Sq.m. Viii. Concrete Works 36.85 Cu.m. Ix. Pv Module And Mounting & Solar Flood Light 30,800.00 Watts X. Water Pump 1.00 Unit Xi. Pump Controller/ Inverter 1.00 Unit Xii. Iron, Tinsmithry And Carpentry Works 1.00 Lot Xiii. Cable And Electrical Works 1.00 Lot Xiv. Distribution Works 1.00 Lot Xv. Masonry And Painting 43.10 Sq.m. Xvi. Dewatering Works 1.00 Lot Xvii. Doors & Windows 2.29 Sq.m. Xviii. Stone Masonry Works 337.63 Cu.m. Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 3 Skilled Workers • 12 Unskilled Workers • 2 Equipment Operators Minimum Equipment Required: • 1 Backhoe, 0.75 Cu. • 1 Concrete Mixer, One Bagger • 1 Dump Truck • 1 Hdpe Butt Fusion Machine Completion Of The Works Is Within One Hundred Thirty (130) 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 4, 2025 The Address Given And Websites 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 Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 23 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 04 February 2025, 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 04 February 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. The Technical Specifications (as Part Of Tab F - Project Requirements), To Be Signed By The Bidder/authorized Representative And Submit During Bid Opening, Of The Unit Offered Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 10915, Dated 21 July 2016, Otherwise Known As "philippine Agricultural And Biosystems Engineering Act Of 2016" And Department Of Agriculture (da) Memorandum Order No. 50, Series Of 2020. The Technical Specification Must Be Supported With The Following: O Colored, Clear And Readable Original Copies Of Brochures (in English Language) Of The Offered Goods (pump, Inverter/controller And Solar Module/panel). O Other Technical Specification Requirements: • With Minimum Warranty Of 1 Year On Pump And Controller/inverter, Accessories, And Services • With Minimum Warranty Of 15 Years On Pv Module E. Valid Amtec Test Report For The Pump Is Required During Bid Opening. Upon Completion Of The Project The Raed Shall Conduct Acceptance Testing. If The System Fails To Meet The Prescribed Specifications And Performance Standards, The Contractor Shall Institute Corrective Measures For The System To Conform To Specifications And Standards As Requirement For Payment. Otherwise, The Procuring Entity Shall Not Accept The Project And Proceed With The Termination Of Contract On The Ground That The Supplier/ Winning Bidder, Who Is In Default, Fails To Perform Its Obligation Under The Contract. F. Permit To Operate And Notification Letter From Bafe Shall Be Verified During Post-qualification. G. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-014
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 13.7 Million (USD 235.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00032 (re-advertisement) : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads - Along Maharlika Highway, K0309+990 - K0310+465 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱13,758,970.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00032: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads - Along Maharlika Highway, K0309+990 - K0310+465. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads - Along Maharlika Highway, K0309+990 - K0310+465 Contract Id No. : 25b00032 Location : Cordon, Isabela Brief Project Description : Construction Of Pccp Road, Length = 0.553 Km, 1.106 Lane-km, With Road Safety Facilities Scope Of Works : Other General Requirements • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization Earthworks • Removal Of Actual Structures/obstruction (0.10 M Thick – Acp, 0.23 M Thick – Pccp) • Excavation (surplus Common) • Subgrade Preparation Existing Pavement Subbase And Base Course • Aggregate Base Course • Polymer Stabilized Subbase/base/surface Course Surface Courses • Pccp, 0.30m Thick, 7-day Concrete Miscellaneous Structures • Road Signs (warning, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Roadway Lighting • Rc Pedestal/pole Approved Budget For The Contract (abc) : ₱13,758,970.00 Contract Duration : 83 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 18 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rcp - Roads: Construction – Pccp. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16 - February 04, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 23, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 16 - 22, 2025 Conspicuous Place (procurement Bulletin Board): January 16 - 22, 2025
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 48.3 Million (USD 827.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00061 : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R. A. 11239 - Preventive Maintenance - Primary Roads Along Maharlika Highway - K0340+623 - K0341+985.00 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱48,359,045.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00061: Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R. A. 11239 - Preventive Maintenance - Primary Roads Along Maharlika Highway - K0340+623 - K0341+985.00. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program (cssp): Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R. A. 11239 - Preventive Maintenance - Primary Roads Along Maharlika Highway - K0340+623 - K0341+985.00 Contract Id No. : 25b00061 Location : Echague, Isabela Brief Project Description : Asphalt Overlay, Length = 5.428 Lane-km @ 4 Lanes, With Road Safety Facilities Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarterr Building For The Engineer • Provision Of Furniture/fixtures, Equipment And Appliances For The Field Office For The Engineer Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization Earthworks • Removal Of Actual Structures/obstruction (0.23 M Thick – Pccp, 0.10 M Thick – Acp) • Excavation (surplus Common) • Subgrade Preparation Subbase And Base Course • Aggregate Base Course • Polymer Stabilized Subbase/base/surface Course Surface Courses • Asphalt Overlay • Pccp, 0.30 M Thick, 7 Day Concrete Miscellaneous Structures • Road Signs (warning, Regulatory, Traffic Instruction) • Reflectorized Thermoplastic Pavement Markings (white & Yellow) • Structural Concrete Injection And Crack Repair Approved Budget For The Contract (abc) : ₱48,359,045.00 Contract Duration : 175 Calendar Days Inclusive Of 12 Unworkable/rainy Days, 34 Sundays And Holidays 2. The Major Category Of Work For The Project Is Rca - Roads: Construction – Asphalt. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16 - February 04, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 23, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 16 - 22, 2025 Conspicuous Place (procurement Bulletin Board): January 16 - 22, 2025
MUNICIPALITY OF PANGIL, LAGUNA Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Municipality Of Pangil, Through Its Bids And Awards Committee (bac), Invites Legitimate Contractors/suppliers Duly Registered As Platinum To Philgeps To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract/project: Name Of Project : Construction Of Multipurpose Hall (child Development Center) Phase I In Brgy. Galalan, Pangil, Laguna Location : Brgy. Galalan, Pangil, Laguna Brief Description/scope Of Work :construction Of Multipurpose Hall Approved Budget For The Contract (abc) : Php500,000.00 Contract Duration/delivery Period : Within One Hundred Twenty (120) Calendar Days Upon Receipt Of Ntp/p.o. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Issuance Of Bid Documents February 03, 2025-february 11, 2025 8:00 Am - 05:00 Pm 2. Receipt/opening Of Bids February 11, 2025 09:00 Am 3. Bid Evaluation February 12, 2025 4. Post Qualification February 13, 2025 5. Notice Of Award February 14, 2025 A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Upon Payment Of A Non-refundable Fee For The Cost Of Bidding Documents Amounting To Five Hundred Pesos (php500.00). Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend At The Aforesaid Bidding. 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 Bid Security Form Of Bid Security Amount Of Bid Security (not Less Than The Percentage Of The Abc) -cash Or Cashier’s/manager’s Check -bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank Two Percent (2%) -surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) Bids And Awards Committee (bac) May Also Require Bidder/contractors To Present The Originals Of The Eligibility Documents For Authentication. The Bids And Awards Committee (bac) 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 Pangil Assumes No Responsibility Whatsoever To Compensate To Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Contractors/applicants Who Are Interested To Bid Are Required To Register Prior To The Set Schedule Of Submission Of Bid While Those Already Registered Shall Keep Their Records Current And Updated. Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Contractor Profile Eligibility Process And Subject To Further Post-qualification. Notice To Bidder Sealed Proposal Plainly Marked Bidding For The Construction Of Multipurpose Hall (child Development Center) Phase I Will Be Received At 2nd Floor Municipal Government Building, Barangay San Jose, Pangil, Laguna On February 11, 2025 At 09:00 A.m. By The Bids And Awards Committee (bac) To Be Opened In The Presence Of The Authorized Bidders’ Representatives, Observes And Other Concerned Agencies. Late Bids Shall Not Be Accepted. Condition : Lump Sump Bid 1 That The Bidder Shall State Whether The Materials Or Articles Offered By Him Are Domestically Or Foreign Made Products Or Whether Domestic Entity As Define In Commonwealth Act No. 138. 2 That Each Bid Shall Accompanied By Cash, Certified Check And Duly Certified Surety Bond Payable To The Municipal Treasurer Of Pangil, Laguna In The Amount Of Bidders Bond Should Be 2% Of The Abc If Cash And 5% If Surety Bond And Guaranty Of Good Faith That The Contractor Shall Delivered The Goods After He Was Notified Of The Acceptance Of Their Bid. Failure Of The Successful Bidder To Enter Into Contract Within 10 (ten) Days Shall Be Reason For The Forfeiture In Favor Of The Government And This May Disqualify Him From Participation In Future Bidding And Alterations Must Be Initialed By The Dealer Concerned. 3 Bid Received Without The Required Deposit Will Be Rejected. 4 In Connection With This, It Is Understood That The Time Is An Essential Fact And That The Failure Of The Contractor To Complete The Delivery Of Materials Called For Within The Stipulated Time, The Contractor Shall Be Liable To Indemnify The Government In The Sum Deemed Appropriate For Each Day Of Delay As Liquidated Damages. Extension Of Time Maybe Granted To Successful Bidder Only Due To Force Majeure. 5 The Right Is Reserved To Reject Any Or All Bids, To Waive Any Defect Therein Or To Accept Such Bid As Maybe Considered Most Advantageous To The Government. 6 This Notice To Bidder Will Serve As A Proposal By Filling The Blank Space Of The Specification And This Should Be Dully Signed At The Bottom Thereof By The Bidder. However, Prospective Bidders Who Do Not Have A Copy Of The “specification” May Use Any Clean Sheet Of Paper For His Bid Duly Signed By Him. 7 Only Cash, Certified Check, Or Duly Certified Surety Bond Payable To The Municipal Treasurer Is Acceptable. 8 Bidders Must Follow The Call For Bids As Specified. A Bidder Is Not Allowed To Change His Bid After The Call Of Bids. 9 In Case Of Awards For Supplies And Materials That Will Require Chemical, Scientific Analysis And/or Hydro Static Pressure Test, Samples From The Delivered Supplies And Materials Shall Be Taken And Submitted For Test To Any Government Laboratory At The Expenses Of The Dealer. 10copies Of The Notice To Bidders Are Sent To The Municipal Treasurer Of This Province To Be Posted By Them In Conspicuous Places, Like Municipal Building, Post Office, Public Market, Cockpits, Etc. And That Of The Businessman’s Store Dealing On The Above Materials. The Bac Secretariat Of Pangil, Laguna Shall Record The Distribution Of This Notice To A Memorandum Book. The Members Of The Bid And Awards Committee, The Provincial Auditor And The Provincial Treasurers Are Also Furnished A Copy Of The Notice To Bidder For Their Use As They Deem It Convenient. Engr. Vinson David V. Valois Bac Chairperson Item No. Qty Unit Item Description Unit Total Cost Cost Site Preparation 1 200 Pcs 2x3x12 Coco Lumber 2 100 Kgs Assorted Nails 20 Kgs. Tie Wire # 16 (2% Of Rsb) Concrete Works 4 199.50 Bags Cement 5 10.50 Cu.m. Sand 6 21 Cu.m. Gravel 7 1 Ls Scaffolding And Formworks Reinforcing Steel Bar 8 110 Pcs 12mmø Rsb 9 250 Pcs 10mmø Rsb 10 35 Kgs. Tie Wire # 16 (2% Of Rsb) Equipment Rental/welding Machine Rental/minor Tools Earthworks / Demolition / Chipping / Dismantling Works Labor Cost Profit,ocm,mobilization/demobilzation Vat / Tax Total Amount Requested - Purpose: Construction Of Multipurpose Hall (child Development Center) Phase 1 Total Amount Of Bid In Words: And (figures) ________________________________________________________________________________________________ _______________________________________________________________________________________________ Type Of Bid Security/bidders Bond:___________________________________________________________ Total Amount Of Bid Security/bidders Bond: ________________________________________________ ************************************************** Republic Of The Philippines) Municipality Of_________________) S.s. Bid-securing Declaration Bids And Awards Committee I/we2, The Undersigned, Declare That: 1.i/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2.i/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided 3.under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration3, If I/we Have Committed Any Of The Following Actions: (i)withdrawn My/our Bid During The Period Of Bid Validity Required In The Bidding Documents; Or (ii)fail Or Refuse To Accept The Award And Enter Into Contract Or Perform Any And All Acts Necessary To The Execution Of The Contract, In Accordance With The Bidding Documents After Having Been Notified Of Your Acceptance Of Our Bid During The Period Of Bid Validity. 4.i/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a)upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b)i Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; (c)i Am/we Are Declared As The Bidder With The Lowest Calculated And Responsive Bid/highest Rated And Responsive Bid4, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. _________________________________ Name Of Bidder’s Authorized Representative Signature Over Printed Name Approved: Engr. Vinson David V. Valois Bac Chairperson 0956-520-8433
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 16.6 Million (USD 288 K)
Details: Description Invitation To Bid January 27, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱16,660,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Stated Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh- Quirino District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Name Of Project/location : Convergence And Special Support Program - Construction/ Improvement Of Access Roads Leading To Trades, Industries And Economic Zones (roads Leveraging Linkages For Industry And Trade Infrastructure Program - Roll-it) - Divisoria Sur - San Salvador - Dungo Road Connecting Banana Chips Making, Feeds Processing, Muscovado Processing And Sugar Cane Juice Making And Cordon - Aurora Road (national Secondary Road) In Support Of The Agri-business: Food And Resourced Based Processing, Maddela, Quirino Contract I.d. : 25bk0058 Brief Project Description L= 1.0200 Lane Km., With 0.15m And 0.28m Thick Pccp, Rcpc Scope Of Works : Construction Of Concrete Road Other General Requirements • Project Bill Board / Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization / Demobilization Earthworks • Surplus Common Excavation • Structure Excavation, Common Soil • Foundation Fill • Pipe Culverts And Drain Excavation, Common Soil • Embankment From Roadway/structure Excavation, Common Soil • Subgrade Preparation, Common Material Subbase And Base Course • Aggregate Subbase Course Surface Courses • Portland Cement Concrete Pavement (unreinforced), 0.15 M Thick, 14 Days • Portland Cement Concrete Pavement (unreinforced), 0.28 M Thick, 14 Days Bridge Construction • Reinforce Steel, Grade 40 • Structural Concrete, 20.68 Mpa, Class A, 28 Days • Lean Concrete, Class B, 16.5 Mpa (refer To Item 901) Drainage And Slope Protection Structures • Pipe Culverts, Class Iv, Rcpc • Lined Canal, Rectangular, Reinforced Concrete • Catch Basins, 910 Mm Dia. Miscellaneous Structures • Metal Guardrail (metal Beam) Including Post, W-beam • Metal Beam End Piece, Fish Tail • Reflectorized Thermoplastic Pavement Markings White • Reflectorized Thermoplastic Pavement Markings Yellow Approved Budget For The Contract (abc) : ₱16,660,000.00 Project Duration : 145 Calendar Days Cost Of Bidding Documents : ₱25,000.00 Pcab License Category C&d (size Range : Small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category (see Table Above). 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. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh- Quirino District Engineering Office And Inspect The Bidding Documents At Procurement Unit Office, Dpwh Quirino District Engineering Office During Weekdays From January 28, 2025 - February 17, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 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 Stated Above. Pursuant To Section 17.5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. 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. 10. The Dpwh- Quirino District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 9:00 A.m. Via Zoom Meeting Id: 460 121 7399 Passcode: Pru_24 At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Www.youtube.com/@dpwh.quirino.districteo, Which Shall Be Open To Prospective Bidders. 11. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_quirino@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025 Not Later Than 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 16. 13. Bid Opening Shall Be On February 17, 2025 Immediately After The Deadline Of Submission Of Bids, Via Zoom (same Id And Passcode With The Pre-bid Conference) At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Https://www.youtube.com/@dpwhquirinodeoproclivestream. 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. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. 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 Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 16. The Dpwh- Quirino 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. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Www.youtube.com/@dpwh.quirino.districteo For Online Bid Submission: Electronicbids_quirino@dpwh.gov.ph 18. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff Email Address: Carbonel.brenda@dpwh.gov.ph
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid January 27, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Stated Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh- Quirino District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Name Of Project/location : Basic Infrastructure Program (bip) - Multi-purpose Building/ Facilities To Support Social Services - Construction Of Multi-purpose Building (day Care Center), Barangay Rizal, Saguday, Quirino Contract I.d. : 25bk0064 Brief Project Description 1 Storey Multi-purpose Building Scope Of Works : Construction Of Multi-purpose Building Other General Requirements • Permits And Clearances • Project Billboard/signboard • Occupational Safety And Health • Mobilization / Demobilization Earthworks • Structure Excavation, Common Soil • Embankment From Roadway/structure Excavation, Common Soil • Embankment From Borrow, Common Soil • Gravel Fill Reinforced Concrete • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Vault, Concrete/chb • Plumbing Fixtures • Cold Water Lines • Ceiling 4.5 Mm, Metal Frame, Fiber Cement Board • Flush Door • Doors, Wood Panel • Glass And Glazing • Fabricated Metal Roofing Accessory, Gauge 26 (0.551 Mm), Flashings • Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters • Prepainted Metal Sheets, Above 0.427 Mm, Rib Type, Long Span • Floor Finishes • Cement Plaster Finish • Painting Works, Masonry/concrete • Painting Works, Steel • Reflective Insulation • Perforated Ceiling Panel • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Chb Non Load Bearing (including Reinforcing Steel), 150mm • Metal Structure Accessories, Turnbuckle • Metal Structure Accessories, Bolts And Rods • 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 • Lighting Fixtures And Lamps Mechanical • Airconditioning, Package/split Type Approved Budget For The Contract (abc) : ₱4,950,000.00 Project Duration : 111 Calendar Days Cost Of Bidding Documents : ₱5,000.00 Pcab License Category C&d (size Range : Small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category (see Table Above). 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. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh- Quirino District Engineering Office And Inspect The Bidding Documents At Procurement Unit Office, Dpwh Quirino District Engineering Office During Weekdays From January 29, 2025 - February 19, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 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 Stated Above. Pursuant To Section 17.5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. 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. 10. The Dpwh- Quirino District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 9:00 A.m. Via Zoom Meeting Id: 460 121 7399 Passcode: Pru_24 At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Www.youtube.com/@dpwh.quirino.districteo, Which Shall Be Open To Prospective Bidders. 11. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_quirino@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 Not Later Than 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 16. 13. Bid Opening Shall Be On February 19, 2025 Immediately After The Deadline Of Submission Of Bids, Via Zoom (same Id And Passcode With The Pre-bid Conference) At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Https://www.youtube.com/@dpwhquirinodeoproclivestream. 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. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. 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 Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 16. The Dpwh- Quirino 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. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Www.youtube.com/@dpwh.quirino.districteo For Online Bid Submission: Electronicbids_quirino@dpwh.gov.ph 18. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff Email Address: Carbonel.brenda@dpwh.gov.ph
1511-1520 of 1549 archived Tenders