Earthwork Tenders

Earthwork Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 24.7 Million (USD 427.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-151) For Construction Of New School Building, Potenciano A. Mabanding Integrated School, Barangay San Pedro, Caraga, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php24,750,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0146 – Construction Of New School Building, Potenciano A. Mabanding Integrated School, Barangay San Pedro, Caraga, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0146 Contract Name : Construction Of New School Building, Potenciano A. Mabanding Integrated School, Barangay San Pedro, Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction Of New School Building • Earthworks, Plain And Reinforced Concrete Works, Finishing Works, Plumbing/sanitary Works, Electrical Works, And Mechanical Works Approved Budget For The Contract (abc) : Php24,750,000.00 Contract Duration : 120 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 4:00pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 13, 2025 Until 10:00 A.m. From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php25,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On February 13, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 24, 2025 To January 30, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound

City Of Valencia Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 9.5 Million (USD 163.6 K)
Details: Description Contract Reference No. 03-2025 01/03/2025 Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Invitation To Bid For The Road Concreting At Purok 3, Pinatilan, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Nine Million Five Hundred Ninety-nine Thousand Seven Hundred Eighty-one Pesos And 65/100 (php 9,599,781.65) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Purok 3, Pinatilan, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Road Concreting At Purok 3, Pinatilan, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Road Concreting At Purok 3, Barangay Pinatilan, Valencia City, Bukidnon With The Following Scope Of Works: Concreting Of Road - 2.5m Width/lane, 0.23m Thick Pccp With Gravel Surface Shoulder - 1m B/s ;'removal And Relocation Of Fibeco Post @stat. 0+037.902 Other General Requirements Project Billboards/signboards Occupational Safety And Health Program Traffic Management Mobilization / Demobilization Removal And Relocation Of Utilities/electrical Pole Civil Works Earthworks Clearing And Grubbing Specifications Unit Cost Total Cost 1 B.5 B.7(2) B.8(2) B.9 B.12 100(1) 1 2 1 1 1 1 0.16 Lot Each Ls Ls Ls Each Ha See Attached Plan And Specifications 9,599,781.65 74,974.51 102(2) 104(1)a 105(1)a 1660.91 215 5600 Cu.m. Cu.m. Cu.m. 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 74,974.51 200(1) 840.00 Cu.m. Surplus Common Excavation Embankment From Roadway Excavation (common Soil) Subgrade Preparation (common Material) Subbase And Base Course Aggregate Subbase Course Surface Courses Gravel Surface Course Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14days X-x-x-x-x-x-nothing Follows-x-x-x-x-x-x-x- X- Total Amount: 300(1) 368.00 311(1)c1 3,970.00 Cu.m. Sq.m. 9,599,781.65 Required Number Of Days For Completion Is 100 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. 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, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 4, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Ten Thousand Pesos (php 10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 10, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 13, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) January 27, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) January 27, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-007) For Construction (completion) Of Multi-purpose Building (covered Court), Barangay Taytayan, Cateel, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php3,960,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0099 – Construction (completion) Of Multi-purpose Building (covered Court), Barangay Taytayan, Cateel, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0099 Contract Name : Construction (completion) Of Multi-purpose Building (covered Court), Barangay Taytayan, Cateel, Davao Oriental Location : Cateel, Davao Oriental Scope Of Works : • Construction Of Stage And Installation Of Bleachers (earthworks, Plain And Reinforced Concrete Works, Finishing Works, Plumbing/sanitary Works And Electrical Works) Approved Budget For The Contract (abc) : Php3,960,000.00 Contract Duration : 90 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 4:00pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 To January 28, 2025 Until 10:00 A.m. From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 15, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 28, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 8, 2025 To January 14, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 14.8 Million (USD 253.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Luzon Datum, Barangay Hinanggayon, Mogpog, Marinduque (phase 2) 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 14,843,200.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0058 - Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Luzon Datum, Barangay Hinanggayon, Mogpog, Marinduque (phase 2). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building, Luzon Datum, Barangay Hinanggayon, Mogpog, Marinduque (phase 2) Contract Id No. : 25ea0058 Locations : Brgy. Hinanggayon, Mogpog, Marinduque Scope Of Works : Rehabilitation Of Multi-purpose Building And Site Development Plan Including Retaining Wall; Decorative Stone; Pebble Washout Finish; Stamped Concrete; Stainless Steel Signages; Cement Plaster; Earthworks; Tile Works; Granolithic Marble Work; Painting Works; Landscape Gardening; Solar Street Light; Wall Lamp; Step Light; Beam Light; Hybrid Inverter With Solar Panel And Batteries; And Electrical Works. Including Zoning Fee/locational Clearance; Filing Fee; Occupancy Permit; Professional Fee. Approved Budget For The Contract : Php 14,843,200.00 Contract Duration : 210 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From Theprs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10-30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_mza5yzdlntetmjy3ms00yzcxlwe4nwutyjc5mdewzmi4zdzh%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 30, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Ramel J. Naranjo Bac Vice-chairperson Date: January 10, 2025

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 145.7 Million (USD 2.5 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vi Fort San Pedro, Iloilo City Invitation To Bid For Contract Id No.: 25g00057 Contract Name: Construction Of River Control Structure Along Tigum River In Maasin, Iloilo (package 6) The Department Of Public Works And Highways Regional Office Vi Through The Fy 2025 National Expenditure Program (nep) Intends To Apply The Sum Of Php 145,715,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25g00057 – Construction Of River Control Structure Along Tigum River In Maasin, Iloilo (package 6). Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways Regional Office Vi Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of River Control Structure Along Tigum River In Maasin, Iloilo (package 6) Contract Id No. : 25g00057 Locations : Maasin, Iloilo Scope Of Works : Part A: Facilities For The Engineer Part B: Other General Requirements Volume Ii Part D: Subbase And Base Course Volume Iii Part C: Earthworks Part D: Reinforced Concrete Part E: Finishing And Other Civil Works Part I: Protective Works And Accessories Part L: Flood And River Control And Drainage Approved Budget For The Contract : Php 145,715,000.00 Contract Duration : 313 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As “’government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Regional Office Vi And Inspect The Bidding Documents At Fort San Pedro, Iloilo City During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From November 28-december 19, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways Regional Office Vi Will Hold A Pre-bid Conference On December 05, 2024 At 2:00 P.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_r6@dpwh.gov.ph For Electronic Submission On Or Before December 19, 2024 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On December 19, 2024 Immediately After Submission Of Bids At Department Of Public Works And Highways Regional Office Vi, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways Regional Office Vi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marilou G. Zamora Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 29.4 Million (USD 508.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Capiz 1st District Engineering Office Km. 1, Roxas City, Capiz, Region Vi Invitation To Bid For Contract Id No.: 25gd0036 Contract Name: Construction Of Flood Mitigation Structure - Construction Of Flood Mitigation Facilities Along Panay/mambusao River Basin, Tico River Control, Panay, Capiz 1. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 29,400,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gd0036 – Construction Of Flood Mitigation Structure - Construction Of Flood Mitigation Facilities Along Panay/mambusao River Basin, Tico River Control, Panay, Capiz. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Flood Mitigation Structure - Construction Of Flood Mitigation Facilities Along Panay/mambusao River Basin, Tico River Control, Panay, Capiz Contract Id No. : 25gd0036 Location : Barangay Tico, Panay, Capiz Scope Of Works : Part B. Other General Requirements Part D. Reinforced Concrete Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Approved Budget For The Contract : Php 29,400,000.00 Contract Duration : 207 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attach Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Capiz 1st District Engineering Office And Inspect The Bidding Documents At Procurement Unit, Km. 1, Roxas City, Capiz During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025, To February 06, 2025, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Capiz 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025, At 10:00 A.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_capiz1@dpwh.gov.ph For Electronic Submission On Or Before February 06, 2025, At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 06, 2025, At 10:00 Am At Department Of Public Works And Highways Capiz 1st District Engineering Office, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Chooses To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Capiz 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Jonathan S. Oro Head, Bac-secretariat (036) 620-2533 Hanzel B. Samson Bac-chairperson (036) 620-0490

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.7 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Two Hundred Thousand Pesos (₱1,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard; Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (pedestal Column); Structural Concrete (pedestal Column Footing, Bin Footing And Slab On Fill); Reinforcing Steel; Formworks And Falseworks; Part D. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part E. Finishing Works: Cement Plaster Finish; Part F. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascia Framing); Part G. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll And End Flashing); Part H. Painting Works: Painting Works (metal Painting). Boq Notes: 1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.; 2. Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Test For Quality Control And Plan Preparation Site: Putat, Tuburan, Cebu; Fortaliza, Tuburan Cebu; Colonia, Tuburan, Cebu. Completion Of The Works Is Required Within Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two (2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Five Hundred Pesos (1,500.00). 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025– 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Bridge Construction, Road Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 96 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Guimaras District Engineering Office San Miguel, Jordan, Guimaras Invitation To Bid For 25ge0039 1. The Department Of Public Works And Highways, Guimaras District Engineering Office Through The General Appropriations Act (gaa) Fy 2025 Intends To Apply The Sum Of Ninety-six Million Seventeen Thousand Five Hundred Pesos And 0/00 Centavos (php96,017,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract No. 25ge0039 – Preventive Maintenance Of Road: Asphalt Overlay – Guimaras Circumferential Rd (s00028gr) K0097 + 850 – K0098 + 732, K0099 + 555 – K0100 + 400. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Guimaras District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay – Guimaras Circumferential Rd (s00028gr) K0097 + 850 – K0098 + 732, K0099 + 555 – K0100 + 400 Contract Id No. : 25ge0039 Locations : Concordia Sur, Nueva Valencia & Concordia Norte, Sibunag Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part C. Earthworks Part E. Surface Courses Part F. Bridge Construction Part H. Miscellaneous Structures Approved Budget For The Contract : Php96,017,500.00 Contract Duration : 101 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of A For Medium B. 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. 4. 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 5. 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. 6. Interested Bidders May Obtain Further Information From The Dpwh, Guimaras District Engineering Office And Inspect The Bidding Documents At 2/f Bidding Room, Guimaras District Engineering Office, San Miguel, Jordan, Guimaras During Weekdays From 8:00 A.m. To 5:00 P.m. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 – February 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 50,000.00. 8. 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. 9. The Department Of Public Works And Highways Guimaras District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 (wednesday) @ 2:00 P.m. At 2/f Bidding Room, Dpwh Guimaras District Engineering Office, San Miguel, Jordan, Guimaras Which Shall Be Open To Prospective Bidders. 10. 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. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_guimaras@dpwh.gov.ph For Electronic Submission On Or Before February 20, 2025 (thursday) At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On February 20, 2025 (thursday) At 9:00 A.m. At 2/f Bidding Room, Dpwh, Guimaras District Engineering Office, San Miguel, Jordan, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Department Of Public Works And Highways Guimaras District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Meredith L. Curtom Head, Procurement Unit Tel. No. 033-581-2061 Fax No. 033-331-9177 Dpwhguim04@yahoo.com Approved By: (sgd) Jamme Joe P. Monteclaro Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 8.2 Million (USD 142.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Capiz 1st District Engineering Office Km. 1, Roxas City, Capiz, Region Vi Invitation To Bid For Contract Id No.: 25gd0027 Contract Name: Road Widening - Iloilo East Coast-capiz Rd - K0146 + 781 - K0147 + 001 1. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through The Fy 2025 National Expenditure Program (nep) – Early Procurement Activity (epa) Intends To Apply The Sum Of Php 8,281,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gd0027 – Road Widening - Iloilo East Coast-capiz Rd - K0146 + 781 - K0147 + 001. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Capiz 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Road Widening - Iloilo East Coast-capiz Rd - K0146 + 781 - K0147 + 001 Contract Id No. : 25gd0027 Location : Pontevedra, Capiz Scope Of Works : Part B. Other General Requirements Part C. Earthworks Part D. Subbase And Base Course Part E. Surface Courses Part F. Bridge Construction (drainage) Part H. Miscellaneous Structures Approved Budget For The Contract : Php 8,281,000.00 Contract Duration : 75 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attach Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways Capiz 1st District Engineering Office And Inspect The Bidding Documents At Procurement Unit, Km. 1, Roxas City, Capiz During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024, To January 09, 2025, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Capiz 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024, At 10:00 A.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_capiz1@dpwh.gov.ph For Electronic Submission On Or Before January 09, 2025, At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 09, 2025, At 10:00 Am At Department Of Public Works And Highways Capiz 1st District Engineering Office, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Chooses To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways Capiz 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Jonathan S. Oro Head, Bac-secretariat (036) 620-2533 Hanzel B. Samson Bac-chairperson (036) 620-0490

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 6.5 Million (USD 113.8 K)
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2024-58 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The General Fund 2022 & 2023 Intend To Apply The Sum Of Six Million Five Hundred Ninety Nine Thousand Six Hundred Ninety Six Pesos And Thirty One Centavos (6,599,696.31) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Municipal Accounting Office Building (2 Floors) Attachment Annex A For Technical Specification Shall From Part Of Itb 2024-58 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 10,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents December 4, 2024, 2024- January 2, 2025 Bac Office Pre Bid Conference December 18, 2024 At 9:00 O’clock In The Morning Bac Office Submission Of Bids January 2, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 3, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : December 4, 2024-january 3, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – December 4, 2024-january 3, 2025 2. Dilg/abc Announcement Wall – December 4, 2024-january 3, 2025 3. Pinamalayan Public Market – December 4, 2024-january 3, 2025 Construction Of Macco Building (2 Floors) No. Qty. Unit Description Part – I Facilities For The Engineer A.1.1 (1) 1 L.s Construction Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer Part – Ii Other General Requirements B.5 1 Each Project Billboard / Sign Board B.7 1 L.s Occupational Safety And Health Program Part – Iii Civil, Electrical And Sanitary / Plumbing Works Part – Iii A Earthworks 801 (1) 1 L.s Removal Of Structures And Obstruction 803 (1) A 118.20 Cu.m Structure Excavation, Common Soil Part – Iii B Plain And Reinforced Concrete Works 900(1) C2 24.08 Cu.m Structural Concrete (footings And Slab On Fill), A, 28 Days 900(1) C3 6.85 Cu.m Structural Concrete (footings Tie Beam), A, 28 Days 900(1) C4 8.77 Cu.m Structural Concrete (columns), A, 28 Days 900(1) C5 20.99 Cu.m Structural Concrete (suspended Slab), A, 28 Days 900(1) C6 21.55 Cu.m Structural Concrete (beams/girders), A, 28 Days 902(1) A 24,949.40 Kgs Reinforcing Steel Deformed, Grade 40 903(2) 235.44 Sq.m Forms And Falseworks Part – Iii C Finishing C.1 Masonry Works 1046(2) A2 393.98 Sq.m Chb Non Load Bearing (including Reinforcing Steel), 150mm 1046(2) A1 46.38 Sq.m Chb Non Load Bearing (including Reinforcing Steel), 100mm C.2 Roof Framing & Roofing Works Spl 01 140.25 Sq.m Steel Trusses And Roofing Works C.3 Fabricated Materials 1027(1) 850.44 Sq.m Cement Plaster Finish Spl 03 850.44 Sq.m Painting Works (masonry) 1051 (6) 1 L.s Railings C.4 Tile Works 1018(5) 6.30 Sq.m Glazed Tiles C.5 Doors And Windows Spl 04 31 Sets Doors And Windows Part- Iii D Electrical Works 1100(10) 1 L.s Conduit, Boxes, And Fittings, (conduit Works / Conduit Rough-in) 1101(33) 1 L.s Wires And Wiring Devices 1102(1) 1 L.s Panelboard With Main And Branch Brakers 1103(1) 1 L.s Lighting Fixtures And Lamps Part – Iii E Sanitary & Plumbing Works 1001 (11) 1 L.s Catch Basin (concrete / Chb) 1002 (27) 1 L.s Plumbing Works
1521-1530 of 1649 archived Tenders