Earthwork Tenders

Earthwork Tenders

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 3.6 Million (USD 62.9 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Three Million Six Hundred Ninety Two Thousand Five Hundred Sixty One And 26/100(php 3,692,561.26) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Mambayaan, Balingasag, Misamis Oriental, Under Purchase No. 0010-25 Dated December 23, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment From Structure Excavation 804(7) Gravel Fill Part B Plain And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks Part C Termite Control 1000(1) Soil Poisoning Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 100mm Chb Non Load Bearing ( Including Reinforcing Steel) D.2 Doors And Windows 1004(4) Finishing Hardware 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(1) Frames. Jambs, Sills, Head, Transoms And Mullions 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (pvc Ceiling) 1003(17) Carpentry And Joinery Works (cabinets & Cut Out Shapes) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1) Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 66 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 10, 2025 To January 30, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 16, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before January 30, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 30, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.8 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Tobacco Excise Tax Intends To Apply The Sum Of Three Million Five Hundred Twenty Nine Thousand Nine Hundred Eighty Five And 53/100(php 3,529,985.53) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Salagsag, Salay At Brgy. Salagsag, Salay, Misamis Oriental, Under Purchase No. 0053-25 Dated January 16, 2025. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(2)a Embankment From Borrow (common Soil) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Plain And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks (for One Storey Building) Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel, 100mm) D.2 Doors And Windows 1004(2) Finishing Hardware 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(1) Frames(jambs, Sill, Head, Transoms And Mullions) 1010(2)a Hollow Core Flush Door 1010(2)a Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (cabinets) 1003(17) Carpentry And Joinery Works (ceiling) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(3) Granite Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(2)c Multiwall Polycarbonate Sheets 1038(1) Reflective Insulation 1047(1) Metal Structure 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1047(5)b Metal Structure Accessories (sagrods) 1051(6) Stainless Steel Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 72 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 23, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 8.9 Million (USD 154 K)
Details: Description Invitation To Bid For Contract Id No.: 25gk0115 Rehabilitation Of Multi-purpose Building, Kauswagan Building, Sagay City, Negros Occidental 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 8,909,999.84 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Multi-purpose Building, Kauswagan Building, Sagay City, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Rehabilitation Of Multi-purpose Building, Kauswagan Building, Sagay City, Negros Occidental Contract Id No. : 25gk0115 Locations : Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part E: Finishing And Other Civil Works Part F: Electrical Approved Budget For The Contract : Php 8,909,999.84 Contract Duration : 130 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. 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 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. 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 And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental 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 29, 2025 To February 18, 2025 From Given Address 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 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 15. 11. Bid Opening Shall Be On February 18, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson

City Of Valencia Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 28.5 Million (USD 492.7 K)
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 11-2025 01/28/2025 Invitation To Bid For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Twenty-eight Million Five Hundred Thousand Four Hundred Twenty-nine Pesos And 74/100 (php 28,500,429.74) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, 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 Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Construction Of Multi-purpose Building (city Engineering Office Building) See Attached Plan And Specifications Php28,500,429.74 Scope Of Works: Construction Of City Engineering Office (ceo): Scope; A.) Application Of Permits And Clearances, B.) Fabrication And Installation Of Project Billboard And Signboard, C.) Occupational Safety And Health Program, D.) Project Mobilization And Demobilization, E.) Clearing And Grubbing, F.) Structure Excavation, Embankment And Gravel Fill Of Concrete Structures, G.) Construction Of Reinforced Concrete Structures With Metal Reinforcement Such As Footing, Wall Footing, Columns, Beams, Floor Slab And Roof Deck, H.) Fabrication And Installation Of Formworks And Falseworks, I.) Laying Of 100mm Chb With Cement Plaster Finish, J.) Installation Of Doors And Windows, K.) Installation Of Spandrel Ceiling With Metal Frame, L.) Installation Of Unglazed Tiles, M.) Application Of Waterproofing Cement Base, N.) Painting Of Concrete And Steel Structures, O.) Fabrication And Installation Of Structural Steel Roof Framing, Metal Roofing Sheet And Accessories, P.) Fabrication And Installation Of Stainless Steel Built-up Letters, Fascia Frame And Board, Q.) Installation Of Sanitary Pipes And Fittings, Water Supply Pipes And Fittings (including Water Pump And 2 Stainless Steel Water Tank) And Storm Drainage And Downspout, R.) Installation Of Electrical Conduits And Boxes, Wires And Wiring Devices, Panel Boards And Lighting Fixtures (which Also Include Wirings And Devices For The Preparation Of All Air Conditioners), S.) Installation Of Fire Alarm System, Network Cabling, Closed-circuit Television (cctv) And Fire Extinguisher As Per Approved Pow, Plans, And Specifications. Part I Other General Requirements B.3 (1) 1.00 L.s. Permits And Clearances B.5 (1) 1.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization Part A Earthwork 800 (1) 880.90 Sq.m Clearing And Grubbing 803 (1) A 402.96 Cu.m. Structure Excavation (common Soil) 804 (1) A 382.71 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 68.82 Cu.m. Gravel Fill Part B Plain And Reinforced Concrete Work 900 (1) C 460.94 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 76,634.61 Kg. Reinforcing Steel (deformed, Grade 40 Main Bar & Grade 33 Shear Reinforcement ) 903 (2) 2,655.87 Sq.m. Formworks And Falseworks C.1 Masonry Works 1046 (2) A1 1,211.07 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.2 Fabricated Materials 1006 (5) 3.00 Set Fire Rated Fire Exit Steel Door 1007 (1) B 25.20 Sq.m. Aluminum Framed Glass Door (swing Type) 1008 (1) C 161.53 Sq.m. Aluminum Glass Windows (awning Type) 1008 (1) D 111.13 Sq.m. Aluminum Glass Windows (fixed Type) 1010 (2) B 38.43 Sq.m. Doors (wooden Panel) C.3 Finishing Works 1003 (1) E2 167.45 Sq.m. Ceiling (prepainted Metal Panel On Metal Frame)-spandrel 1003 (1) H 176.17 Sq.m. Ceiling (pvc Panel On Metal Frame) 1003 (1) E1 73.62 Sq.m. Ceiling (gypsum Board On Metal Frame) 1003 (11) A1 30.65 M Fascia Board (9mm Thk. Fiber Cement Board) 1018 (5) 312.54 Sq.m. Glazed Tiles 1018 (2) 219.42 Sq.m. Unglazed Tiles 1021 (1) A 13.64 Sq.m. Cement Floor Finish (plain Non-skid) 1021 (1) C 1,001.44 Sq.m. Cement Floor Finish (with Floor Hardener) 1027 (1) 2,885.44 Sq.m. Cement Plaster Finish 1016(1)a 601.14 Sq.m. Waterproofing Cement Base C.4 Painting Works 1032 (1) A 2,959.06 Sq.m. Painting Works (masonry) 1032 (1) C 933.80 Sq.m. Painting Works (steel) C.5 Roof Framing And Roofing Works 1013 (2) F 45.00 L.m. Fabricated Metal Roofing Accessory - End Capping, 0.4mm Thk. 1013 (2) B1 17.00 L.m. Fabricated Metal Roofing Accessory - Gutter, 0.4mm Thk. 1014 (1) B2 233.10 Sq.m. Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm) 1047 (6) 9,193.43 Kg Structural Steel 1047 8) B 1,638.34 Kg. Structural Steel (purlins) 1047 (4) 88.00 Kg. Metal Structure Accessories (cross Bracing) 1047 (6) 162.63 Kg. Metal Structure Accessories (steel Plates) 1047 (4) A 37.72 Kg. Metal Structure Accessories (bolts) 1047 (5) B 72.71 Kg. Metal Structure Accessories (sagrods) - 12mmø 1047 (8) A 1,416.80 Kgs Structural Steel (trusses) Spl-i 1.00 L.s. Stainless Steel Built Up Letters C.6 Plumbing Works 1001 (5) B 6.00 Ea. Catch Basin (chb) 1001 (8) 1.00 L.s. Sewer Line Works 1001 (9) 1.00 L.s. Storm Drainage And Downspout 1001 (11) 1.00 L.s. Septic Vault (concrete) 1002 (4) 1.00 L.s. Plumbing Fixtures 1002(24) 1.00 L.s. Cold Water Lines 1002 (27) 1.00 L.s. Plumbing Works Part D Electrical Work 1100 (10) 1.00 L.s. Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) 1101 (33) 1.00 L.s. Wires And Wiring Devices 1102 (2) B 1.00 L.s. Panel Board With Main/branch Breakers 1103 (1) 1.00 L.s Lighting Fixture And Lamps 1109 (1) 1.00 L.s Grounding System 1111 1.00 L.s. Miscellaneous Electrical/civil Works 1200 1.00 L.s. Air Conditioning And Ventilating System Part E Mechanical Work 1208 (1) 1.00 L.s Fire Alarm System (fdas) 1106 (1) 1.00 L.s. Closed-circuit Television (cctv) 1105 (20) 1.00 L.s. Network Cabling 1202 (6) A1 1.00 Set Fire Extinguisher (10 Lbs., Abc With Bracket) Php28,500,429.74 Required Number Of Days For Completion Is 300 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 29, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Twenty-five Thousand Pesos (php 25,000.00). 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 February 3, 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 February 6, 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) February 20, 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) February 20, 2025at 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

City Of Valencia Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 4.7 Million (USD 81.2 K)
Details: Description Contract Reference No. 02-2025 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 Sitio Basag, Barangay San Carlos, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Four Million Seven Hundred Sixty-six Thousand Four Hundred Thirty-two Pesos And 86/100 (php 4,766,432.86) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Sitio Basag, Barangay San Carlos, 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 Sitio Basag, Barangay San Carlos, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Road Concreting At Sitio Basag, Barangay San Carlos, 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 @.sta. 0+033.00 - @sta. 0+378.00 & Construction Of Chb Lined Canal @ Sta. 0+000.00 - Sta. 0+0200.00 Other General Requirements Project Billboards/signboards Occupational Safety And Health Program Traffic Management Mobilization / Demobilization Civil Works Earthworks Clearing And Grubbing Specifications Unit Cost Total Cost 1 100(1) 102(2) 103(3) 104(1)a 100(1) 1 3 1 1 1 0.07 Lot Each Ls Ls Ls Ha See Attached Plan And Specifications 4,766,432.86 74,974.51 102(2) 103(3) 104(1)a 105(1)a 103(1)a 824.97 11.2 17.29 2289 169.84 Cu.m. Cu.m. Cu.m. Sq.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 74,974.51 74,974.51 200(1) 343.35 Cu.m. Surplus Common Excavation Foundation Fill Embankment From Roadway Excavation (common Soil) Subgrade Preparation (common Material) Structure Excavation (common Soil) Subbase And Base Course Aggregate Subbase Course Surface Courses Gravel Surface Course Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14days Drainage And Slope Protection Structures Chb Lined Canal X-x-x-x-x-x-nothing Follows-x-x-x-x-x-x-x- X- Total Amount: 300(1) 150.42 311(1)c1 1,635.00 Cu.m. Sq.m. 500(3)b2 200.00 L.m 4,766,432.86 Required Number Of Days For Completion Is 60 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 Five Thousand Pesos (php 5,000.00). 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 Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.3 K)
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For Construction Of Caoige Diversion Dam Canal Lining In Brgy. Caoige, Tubao, La Union 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 Four Hundred Seventy-five Thousand One Hundred Eighty-five Pesos And Sixteen Centavos (php2,475,185.16) 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 Construction Of Caoige Diversion Dam Canal Lining In Brgy. Caoige, Tubao, La Union With Project Identification Number Da-rfo 1-2025-infra-010. 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. Caoige, Tubao, La Union Project Description: Construction Of Canal Lining With A Close Conduit Having A Total Length Of 520.00m, Dredging Of Pond Area And Installation Of 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 Program 1.00 L.s Iv. Earthworks 860.00 Cu.m V. Clearing And Grubbing 1.00 L.s Vi. Concrete Works 158.51 Cu.m Vii. Form Works 1,477.00 Sq.m. Viii. Rsb Works 6,767.00 Kgs Ix. Masonry Works 77.50 Cu.m X. Project Marker 1.00 L.s Minimum Technical Personnel Required: • 1 Foreman • 3 Skilled Laborer • 12 Unskilled Laborer Minimum Equipment Required: • 1 One-bagger Concrete Mixer • 1 Backhoe (0.8 Cu.m.) • Minor Tools/handtools Completion Of The Works Is Within Fifty (50) Working 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 From 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, 9:00 Am 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, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 04 February 2025, 9:00 Am 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. 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-010

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) 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 Brgy. Upper Cabangcalan, Lazi, Siquijor. 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 Brgy. Upper Cabangcalan, Lazi, Siquijor. 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 (coa Recommended); 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 (column, Pedestal Column And Roof Beam); Structural Concrete (pedestal Column Footing, Bin Footing, Wall Footing And Slab On Fill) Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Ceiling (4.5mm Fiber Cement); Part E. Door And Window: Jalousie Window (glass); Frames (jamb); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (anchor Bolts); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascial Framing); Part I. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll, Hip Roll, Valley Roll And End Flashing); Part J. Painting Works: Painting Works (masonry Painting); Painting Works (metal Painting); Part K. Electrical Works: Conduits, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures And Lamps; 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 Espenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s 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 Tests For Quality Control And Plan Preparation. Site: Brgy. Upper Cabangcalan, Lazi, Siquijor. Completion Of The Works Is Required Within Seventy-eight (78) 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) Leased Bar Cutter; One (1) Leased 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 Pesos (1,000.00). 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...+2Civil Works Others, Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 29.6 Million (USD 513.4 K)
Details: Description Invitation To Bid For Contract Id No.: 24gk0235 Construction Of Drrm Command Center Building, Silay City, Negros Occidental 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2024 Intends To Apply The Sum Of Php 29,699,999.02 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Drrm Command Center Building, Silay City, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Construction Of Drrm Command Center Building, Silay City, Negros Occidental Contract Id No. : 24gk0235 Locations : Silay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Reinforced Concrete Part E: Finishing And Other Civil Works Part F: Electrical Part G: Mechanical Approved Budget For The Contract : Php 29,699,999.02 Contract Duration : 150 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. 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 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. 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 And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 18, 2025 From Given Address 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 4, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 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 15. 11. Bid Opening Shall Be On February 18, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 700 K (USD 12.1 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ) 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Seven Hundred Thousand Pesos (₱700,000.00)being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ). 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 Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ). Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit, Etc. Other Clearances) ; Proiect Bilboard/signboard (coa Recommended); 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: Reinforcing Steel (column Footing); Structural Concrete (column Footing); Reinforcing Steel (column); Structural Concrete (column); Reinforcing Steel (girder Beam); Structural Concrete (girder Beam); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill); Formworks And Falseworks; Part D. Finishing: Cement Plaster Finish; Part E. Masonry Works: 100 Mm Chb Non Load Bearing (induding Reinforcing Steel); Part F. Metal Structures; Structural Steel Roof Framing; Metal Structure Accessories (anchor Bolts); Metal Structure Accessories (turnbuckle); Structural Steel (railings Including Fabricated Steel Door, Steel Plate & Accessories); Feeding Trough; Slotted Floor; Stair; Part G. Wood Frame: Floor Joist Frame; Part H. Roofing Works : Prepainted Metal Sheets (rib Type, Long Span, Above 0.427mm Thick); Fabricated Metal Roofing Accessory (ridge Roll/end Flashing/flashing) ; Part I. Electrical Works: Conduit Works, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Part J. 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 Contractor's 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 Tests For Quality Control And Plan Preparation. Site: Da-nordc, Bonbonon, Siaton, Negros Oriental. Completion Of The Works Is Required Within Seventy-five (75) 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) Owned One-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Bar Bender; Two (2) Owned Welding Machine; One (1) Owned Cutting Outfit; One (1) Owned Metal Cutter And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; Six (6) Unskilled ; Two (2) Carpenters; Three (3) Mason; Two (2) Welders; 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 Pesos (₱1,000.00). 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...+1Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid For Contract Id No.: 24gk0236 Construction Of Multi-purpose Building At Barangay Bato, Sagay City, Negros Occidental 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2024 Intends To Apply The Sum Of Php 4,949,999.47 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building At Barangay Bato, Sagay City, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building At Barangay Bato, Sagay City, Negros Occidental Contract Id No. : 24gk0236 Locations : Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Reinforced Concrete Part E: Finishing And Other Civil Works Part F: Electrical Part G: Mechanical Approved Budget For The Contract : Php 4,949,999.47 Contract Duration : 130 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. 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 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. 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 And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 18, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 4, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 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 15. 11. Bid Opening Shall Be On February 18, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
1541-1550 of 1649 archived Tenders