Earthwork Tenders
Earthwork Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00150 : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱24,875,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00150: Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Lgu Hospitals - Lgu Hospitals - Kasibu Municipal Hospital Contract Id No. : 24b00150 Location : Kasibu, Nueva Vizcaya Brief Project Description : Construction Of Kasibu Municipal Hospital With Power House: Structural Works (excavation, Embankment, Grave Fill, Steel Works(trusses Of Hospital Building), Structural Concrete And Reinforcing Steel Bar, Soil Poisoning, Plumbing Works (installation Of Sewer Line Works, Waterline Works), Finishing Works (masonry, Plastering, Painting Works Of Steel, Metal Deck Installation, Installation Of Door Jambs, Installation Of Roofing Sheets At Hospital Building With Reflective Insulation, Cement Floor Finishes At Power House), Electrical Works (installation Of Conduits, Boxes And Fittings With Wires And Wiring Devices, Panel Boards With Main And Branches Breakers, Installation Of Lighting Fixtures (powerhouse Only), Electronics Works(installation Of Conduits(rough-ins) Of Network Cabling, Cctv, Public Address System) And Mechanical Works(conduits Of Airconditioning System, Automatic Fire Sprinkler System Pipings With Fittings Only, Fire Alarm System Conduits And Wire Without Fixtures) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization • Geotechnical Investigation (soil) Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Sewer Line Works • Cold Water Lines • Frames • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Cement (floor,broom, Plaster) Finish • Non -slip Finish • Painting Works, (steel) • Metal Deck Panel • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Louver Block • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (trusses, Purlins) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv • Public Address System Mechanical Works • Automatic Fire Sprinkler System • Fire Alarm System Approved Budget For The Contract (abc) : ₱24,875,000.00 Contract Duration : 150 Calendar Days Inclusive Of 10 Unworkable/rainy Days, 26 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 - February 11, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 28, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 21 - 27, 2025 Conspicuous Place (procurement Bulletin Board): January 21 - 27, 2025
Closing Date11 Feb 2025
Tender AmountPHP 24.8 Million (USD 428.6 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00144 (re-advertisement) : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00144: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center Contract Id No. : 24b00144 Location : Saguday, Quirino Brief Project Description : Construction Of Saguday Super Health Center: Structural Works (excavation, Embankment, Gravel Fill, Steelworks, Structural Concrete), Plumbing Works (construction Of Catch Basin, Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering Interior Wall And Ceiling Painting Works, Ceiling Works, Waterproofing, Tile Works, Installation Of Doors And Windows) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Modular Partition • Finishing Hardware • Aluminum Glass Windows, (swing, Sliding, Awning & Fixed) Type • Doors, (wood Panel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Unglazed Tiles • Granite Tiles • Cement (plaster) Finish • Painting Works, (masonry/ Concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Fire Alarm System Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 17 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 22, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 15 - 21, 20205 Conspicuous Place (procurement Bulletin Board): January 15 - 21, 20205
Closing Date4 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00146 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - Santiago Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱11,940,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00146: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - Santiago Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - Santiago Super Health Center Contract Id No. : 24b00146 Location : Barangay Baluarte, Santiago City, Isabela Brief Project Description : Construction Of New Super Health Center: Structural Works (excavation, Embankment, Gravel Fill, Steel Works, Structural Concrete, Plumbing Works (construction Of Catch Basin And Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering, Ceiling Works, Tile Works, X-ray Leaded Materials, Doors And Windows, Roofing Works) Electrical Works ( Conduits, Boxes & Fittings (conduit Works/conduit Rough-in), Wires And Wiring Devices, Panelboard With Main & Branch Breakers, Lighting Fixtures), Mechanical Works (fire Alarm System) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Trees (furnishing And Transplanting) • Individual Removal Of Trees (150-300mm Dia.) Small • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Wall • Fire Rated Fire Exit Steel Door • Steel Doors And Frames • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning & Fixed) Type • Doors, (wood Panel) • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • (glazed, Unglazed, Vinyl) Tiles • Cement (broom, Plaster) Finish • Painting Works, (steel) • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Fire Alarm System Approved Budget For The Contract (abc) : ₱11,940,000.00 Contract Duration : 117 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 24 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 03, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 16, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 16, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 27, 2024 - January 02, 2025 Conspicuous Place (procurement Bulletin Board): December 27, 2024 - January 02, 2025
Closing Date16 Jan 2025
Tender AmountPHP 11.9 Million (USD 204.4 K)
City Government Iligan Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 5,777,364.55 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue With Project No. Cb(b)-24-147 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue General Requirements: • Installation Of Project Billboards • Occupational Safety And Health Program • Mobilization And Demobilization Removal/demolition And Restoration: • Includes The Demolition And Removal Of Existing Slab And Other Structures To Make Way For The Laying Of The Underground Electrical Wires And Other Works Related To The Installation Of Column Led Lights. • Includes Clearing Of Weeds And Long Grasses At Grassy Areas Where Column Led Lights Are To Be Installed. • Restoration Of The Demolished Concrete Slabs Earth Works: • Structural Excavation For Pedestal Footings And Underground Route Of Wires Enclosed In A Upvc Conduit. • Provide 100mm-thick Gravel Bedding For Pedestal Footings • Provide 60mm-thick Sand Backfilling For The Underground Upvc Conduit • Earth Compaction . Formworks: • Use Cocolumber And 1/2" Marine Plywood For Formworks Of Footings And Pedestals. Reinforcing Concrete Works: • Concrete Works For Footings And Pedestals • Cutting/bending, Installation/fastening Of Rebars Using 10mm,12mm And 16mm Ø Dsb (6m) Electrical Works: • Assembly And Installation Of Three-meter-high Column Led Lights, Six-meter-high Light Poles, Secondary Racks And Other Electrical Peripherals At Locations Plotted On The Approved Drawing. • Complete Wiring Of The Column Led Lights To The Power Source, Including The Laying Of The Underground Wires Enclosed In Upvc Conduit. • Provision Of Underground Electrical Line Caution Warning Tape On Top Of The Sand Backfill Of The Upvc Conduit. Painting Works: • Painting Of The Concrete Pedestals (stripe Of Black And Yellow Warning Paint) I. Facilities For The Engineer A. Facilities For The Engineer (q = 1.00 Lot) Includes Digital Ac Clamp Meter 1000 Amps, Dcm10004; Digital Led Luxmeter, 0~100000lux (0~10000fc), Heavy Duty, Hetlu01; Non-contact Ac Voltage Detector 12vn1000v, Vd100026. Ii. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14' Coco Lumber, 2"x3"x10' Coco Lumber, 2"x2"x14' Coco Lumber, 2"x2"x 12' Coco Lumber, 2"x2"x 10' Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) D. Removal/ Demolition And Restoration (q = 1.00 Lot) Includes Portland Cement, Washed Sand, Washed Gravel. Iii. Earthworks A.structural Excavation (q = 61.73 Cu.m.) B.gravel Bed And Sand Backfill (q = 1.00 Lot) Includes Washed Sand, Washed Gravel. C.compaction (q = 2.90 Cu.m.) Iv. Form Works A. Formwork & Scaffolding (q = 1.00 Lot) Includes 1/2" X 4' X 8' Marine Plywood, 2"x2" Coco Lumber, Assorted Sizes C.w. Nails. V. Concrete Works A. Concrete Works (q = 20.17 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. B. Reinforcing Steel Works (q = 1,098.33 Kg.) Includes 16mm Ø Dsb X 3m, 12mm Ø Dsb X 3m, 10mm Ø Dsb X 3m, No. 16 G.i. Tie Wire. Vi. Electrical Works A. Electrical Works (q = 1.00 Lot) Includes Column Led Light, 159mm Ø, Stainless 304, 1.3mm Thick, 85-265vac, 50w 360deg Tube Light, 120lm/w, Ip65, W/ Flange Plate: 250x250x8 Mm, W/ 4 Sets Of M14*h350 Mm Anchor Bolts, Nuts And Washers; Cu Wire,3.5mm2,thhn/thwn-2, Stranded, 150m/box; Upvc Conduit Pipe,3/4"x3m; Upvc Connectors; Underground Electrical Line Caution Warning Tape, 3" X 300m; Emt Pipe,3/4"(20mmφ)x10"; Emt Pipe Connectors,3/4"; Service Entrance Cap,3/4"φ; Stainless Steel Strapping Band, 3/4"x0.7mmx30m; 304 Stainless Steel Banding Strap Buckles, 3/4", 0.7mm Thk, 100pcs; Tapered Straight Pole, 2.5mm Thick, 6m/20ft, 5"-bottom Ø, 3"-top Ø, W/ 250x250x16mm Base Plate, W/ 4 Sets - M18x500x100mm Anchor Bolts, W/ Washer & Nuts; Secondary Rack W/spool Insulator,2-pole,w/screws; Electrical Tape,0.16x19x16000 Mm; Electrical Rubber Tape. Vii. Paint Works A.painting Works (q = 1.20 Sq.m.) Includes Skim Coat, 20kg/bag; Acrytex Primer; Putty; Acrytex Topcoat (black); Acrytex Topcoat (yellow); Thinning Solvent For Acrytex Primer & Topcoat; Paint Brush 2-1/2". Approved Budget For The Contract (abc): P 5,777,364.55 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Fifty-seven (57) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, 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. 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 Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) 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. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: December 3, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-147 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 5.7 Million (USD 99.5 K)
City Government Iligan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 3,381,096.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City With Project No. Cb(b)-24-149 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City General Requirements •permits And Clearances •facilities For The Engineers •installation Of Project Billboard- 2 Sets •occupational Safety And Health Program •mobilization And Demobilization Removal Of Obstructions •clearing/removal Of Obstruction •uprooting/cutting Of Trees Gravel Fill •100 Mm Thk. Gravel Base For Footings And Zocalo •75 Mm Thk. Gravel Base For Bench, Footing And Plantbox Flooring •50 Mm Thk . Gravel Base For Stair Steps Electrical Works •laying Of The Underground Or Overhead Power Cables Connecting To The Main Power Supply •installation Of Protection System And Outdoor Electrical'panel (nema Enclosure W/ 15at Circuit Breaker) •erection Of Modem-type Outdoor Lamp Posts And Bollards (including Foundations And Anchor Bolts) •complete Wiring Of The Luminaire To The Electrical Supply •installation Of Outdoor Junction Boxes For Protection And Organization •underground Cable Burial Or Concrete-embedding Of Cable For Cable Routing •proper Grounding Of The Lamp Posts,electrical Panel, And Other Metal Parts For Safety •concrete Pouring For Footings, Zocalo,columns, 75 Mm Thk. Concrete Flooring For Plantbox , 50 Mm Thk. Concrete Topping, Bench Footing And Bench, 100 Mm Thk. Concrete Flooring For Landing And Stair Steps With Pebble Topping. •installation Of Formworks And Falseworks For Columns, Bench, Concrete Topping, And Stairs (steps And Landing) •removal Of Formworks And Falseworks Steel Reinforcements And Steel Works •installation Of 12 Mm Ø Dsb For Footings And Columns (bedbars And Vertical Bars) Installation Of 10 Mm Ø Dsb For Column Lateral Ties, Concrete Flooring For Plantbox, Concrete Topping, Bench Footing And Bench, Concrete Flooring For Landing And Stairs •installation Of 50 Mm Ø G.i. Pipe Schd. 40 For Lamp Post •installation Of 50 Mm Ø G.i. Pipe Schd. 40,25 Mm X 25 Mm X 3mm Angle Bar And 50 Mm X 50 Mm Wire Mesh (5mm Thk.) For Railings •installation Of 38 Mm Ø G.i. Pipe Schd. 40 For Bench Fabrication Masonry Works •piling Of 4" Thk. Chb At 800 Mm Height W/ 10mm Ø Dsb For Vertical And Horizontal Bars Sped At 0.60m O.c Bothways For Plantbox Softscape •installation Of Plantboxes With Plants And Frog Grass I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 3"x 10' Coco Lumber, 2"x 3"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes True-rms Clamp Meter, 400 A Ac/oc, 600v Ac/oc, Cat Iii 600 V Cat Iv 300 V, Fluke 325; Digital Light Meter, Up To 20,000 Lux, Fluke 941; Non-contact Voltage Tester,90 V Ac To 1000 V Ac, Cat V 1000, Fluke 2ac. V. Removal Of Structures And Obstruction (q = 55.56 Cu.m.) Includes Uprooting/cutting Of Trees. Vi. Earthworks (q = 59.82 Cu.m.) Includes Volume To Be Excavated, V = 39.82 Cu.m.;volume To Be Backfilled, V = 39.82 Cu.m.; Gravel Bedding, 1-1/2"ø, V = 20 Cu.m Vi . Steel Reinforcements & Steel Works (q = 9,083.70 Kgs.) Includes 12 Mm Dia. X 6m Dsb; 10 Mm Dia. X 6m Dsb; #16 G.i Tie Wire; 50 Mm Ø G.i. Pipe Schd. 40; 38 Mm Ø G.i. Pipe Schd. 40; 25.4 Mm Ø G.i. Pipe Schd. 40; 5mm Ø Thk. Wire X 50mm X 50mm Mesh Steel Matting; 25 Mm X 25 Mm X 3mm Thk. Angle Bar; Red Lead Metal Primer, Quick Dry Enamel Paint, Paint Brush; Welding Rod (e-6011). Viii. Concrete Works, Formworks And Scaffoldings (q = 47.04 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, 2" X 2" X 10' Sized Coco Lumber, Assorted Sized C.w Nails. Ix. Masonry Works (q = 194.40 Sq.m.) Includes 4" X 8” X 16" Chb, Portland Cement, Washed Sand, Pebbles. X. Electrical Works (q = 1.00 Lot) Includes Modern-type Outdoor Lamp W/ Post, 2m Height, W/ High-powered 50w Led Bulb, Daylight; Outdoor Bollard Fixture W/ 20w Led Bulb,ip65; Cu Wire,3.5mm2, Thhn/thwn-2, Stranded; Circuit Breaker,15a,2pole,220v,60hz; Circuit Breaker Enclosure, Nema 1,2p; Secondary Rack W/spool Insulator,2-pole,w/screws; Outdoor Junction Box, Ip65 Weather Water Proof, 80x50 Round/octa, W/ Rubber Gasket & Screws; Upvc Conduit Pipe,1/2"x3m; Electrical Tape,0.16x19x16000 Mm; Solvent Cement 200 Cc; Pvc Conduit Fittings And Connectors. Xi.softscape (q = 30.20 Sq.m.) Includes Softscape (includes Garden Soil (planting Medium), Ornamental Plants ,shrubs , Trees). Approved Budget For The Contract (abc): P 3,381,096.77 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty-seven (167) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, 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. 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 Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) 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. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-149 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00135 (re-avertisement) : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱9,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00135: Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital Contract Id No. : 24b00135 Location : Barangay Upi, Gamu, Isabela Brief Project Description : Construction Of Camp Melchor F. Dela Cruz Station Hospital: Structural Works (removal Of Trees, Excavation, Embankment, Grave Fill, Steel Works, Structural Concrete, Plumbing Works (construction Of Catch Basin And Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering, Painting Works, Ceiling Works, Waterproofing, Tile Works, Stainless Steel Railing, Doors And Windows) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Trees (furnishing And Transplanting) • Individual Removal Of Trees 150 Mm - 300 Mm Dia. • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Vault (chb/ Concrete) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Carpentry And Joinery Works • Finishing Hardware • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (sliding, Awning & Fixed) Type • Doors, (wood Panel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing) • Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing Cement-base • Unglazed Tiles • Granite Tiles • Vinyl Tiles (anti-bacterial) • Floor Finishes • Non -slip Finish • Cement Plaster Finish • Painting Works, (masonry/concrete & Steel) • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel • Structural Steel Purlins • Stainless Steel Railing Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Generator Single Or Three Phase Stand-by • Lighting Fixtures • Pole Mounted Power Transformer (oisc) With Complete Accessories, Single Or Three Phase, Pole Type Or Flatform • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Fire Alarm System Approved Budget For The Contract (abc) : ₱9,950,000.00 Contract Duration : 99 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 20 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Closing Date30 Jan 2025
Tender AmountPHP 9.9 Million (USD 169.6 K)
City Government Iligan Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 5,777,364.55 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue With Project No. Cb(b)-24-147 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue General Requirements: •installation Of Project Billboards •occupational Safety And Health Program • Mobilization And Demobilization Removal/demolition And Restoration: • Includes The Demolition And Removal Of Existing Slab And Other Structures To Make Way For The Laying Of The Underground Electrical Wires And Other Works Related To The Installation Of Column Led Lights. • Includes Clearing Of Weeds And Long Grasses At Grassy Areas Where Column Led Lights Are To Be Installed. • Restoration Of The Demolished Concrete Slabs Earth Works: • Structural Excavation For Pedestal Footings And Underground Route Of Wires Enclosed In A Upvc Conduit. • Provide 100mm-thick Gravel Bedding For Pedestal Footings • Provide 60mm-thick Sand Backfilling For The Underground Upvc Conduit • Earth Compaction . Formworks: • Use Cocolumber And 1/2" Marine Plywood For Formworks Of Footings And Pedestals. Reinforcing Concrete Works: • Concrete Works For Footings And Pedestals • Cutting/bending, Installation/fastening Of Rebars Using 10mm,12mm And 16mm Ø Dsb (6m) Electrical Works: • Assembly And Installation Of Three-meter-high Column Led Lights, Six-meter-high Light Poles, Secondary Racks And Other Electrical Peripherals At Locations Plotted On The Approved Drawing. • Complete Wiring Of The Column Led Lights To The Power Source, Including The Laying Of The Underground Wires Enclosed In Upvc Conduit. • Provision Of Underground Electrical Line Caution Warning Tape On Top Of The Sand Backfill Of The Upvc Conduit. Painting Works: • Painting Of The Concrete Pedestals (stripe Of Black And Yellow Warning Paint) I. Facilities For The Engineer A. Facilities For The Engineer (q = 1.00 Lot) Includes Digital Ac Clamp Meter 1000 Amps, Dcm10004; Digital Led Luxmeter, 0~100000lux (0~10000fc), Heavy Duty, Hetlu01; Non-contact Ac Voltage Detector 12vn1000v, Vd100026. Ii. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14' Coco Lumber, 2"x3"x10' Coco Lumber, 2"x2"x14' Coco Lumber, 2"x2"x 12' Coco Lumber, 2"x2"x 10' Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) D. Removal/ Demolition And Restoration (q = 1.00 Lot) Includes Portland Cement, Washed Sand, Washed Gravel. Iii. Earthworks A.structural Excavation (q = 61.73 Cu.m.) B.gravel Bed And Sand Backfill (q = 1.00 Lot) Includes Washed Sand, Washed Gravel. C.compaction (q = 2.90 Cu.m.) Iv. Form Works A. Formwork & Scaffolding (q = 1.00 Lot) Includes 1/2" X 4' X 8' Marine Plywood, 2"x2" Coco Lumber, Assorted Sizes C.w. Nails. V. Concrete Works A. Concrete Works (q = 20.17 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. B. Reinforcing Steel Works (q = 1,098.33 Kg.) Includes 16mm Ø Dsb X 3m, 12mm Ø Dsb X 3m, 10mm Ø Dsb X 3m, No. 16 G.i. Tie Wire. Vi. Electrical Works A. Electrical Works (q = 1.00 Lot) Includes Column Led Light, 159mm Ø, Stainless 304, 1.3mm Thick, 85-265vac, 50w 360deg Tube Light, 120lm/w, Ip65, W/ Flange Plate: 250x250x8 Mm, W/ 4 Sets Of M14*h350 Mm Anchor Bolts, Nuts And Washers; Cu Wire,3.5mm2,thhn/thwn-2, Stranded, 150m/box; Upvc Conduit Pipe,3/4"x3m; Upvc Connectors; Underground Electrical Line Caution Warning Tape, 3" X 300m; Emt Pipe,3/4"(20mmφ)x10"; Emt Pipe Connectors,3/4"; Service Entrance Cap,3/4"φ; Stainless Steel Strapping Band, 3/4"x0.7mmx30m; 304 Stainless Steel Banding Strap Buckles, 3/4", 0.7mm Thk, 100pcs; Tapered Straight Pole, 2.5mm Thick, 6m/20ft, 5"-bottom Ø, 3"-top Ø, W/ 250x250x16mm Base Plate, W/ 4 Sets - M18x500x100mm Anchor Bolts, W/ Washer & Nuts; Secondary Rack W/spool Insulator,2-pole,w/screws; Electrical Tape,0.16x19x16000 Mm; Electrical Rubber Tape. Vii. Paint Works A.painting Works (q = 1.20 Sq.m.) Includes Skim Coat, 20kg/bag; Acrytex Primer; Putty; Acrytex Topcoat (black); Acrytex Topcoat (yellow); Thinning Solvent For Acrytex Primer & Topcoat; Paint Brush 2-1/2". Approved Budget For The Contract (abc): P 5,777,364.55 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Fifty-seven (57) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, 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. 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 Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) 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. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: December 3, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: January 14 – February 4, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: January 21, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 14, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-147 (ceo-infra)
Closing Date4 Feb 2025
Tender AmountPHP 5.7 Million (USD 98.8 K)
City Government Iligan Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty (160) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, 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. 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 Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) 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. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4.submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5.opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00127 (re-advertisement) : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao 1. The Dpwh Regional Office Ii, Through The 2024 Ps-dbm Revolving Fund Intends To Apply The Sum Of ₱64,525,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00127: Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao Contract Id No. : 24b00127 Location : Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Brief Project Description : Ps-dbm Building, Generator Set With Generator Set House And Concrete Pavement, Building = 23.0 X 33.8 Meters Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture /fixtures Equipment & Appliances For The Field Office Of The Engineer Other General Requirements • Permits And Clearances • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Additional Geotechnical Investigation Earthworks • Trees (furnishing And Transplanting) • Clearing And Grubbing • Removal Of Trees • Structure Excavation • Embankment (from Structure Excavation And Borrow) • Gravel Fill Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, 0.15m Thick, 14-day Concrete Plain And Reinforced Concrete Works • Structural Concrete, (3000 & 4000) Psi, Class A, 28 Days • Lean Concrete • Reinforcing Steel Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling, Metal Frame, Gypsum Board • Aluminum Metal Cladding • Modular Partition • Louver Window • Flush Door • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning, Fixed) Type • Frames (jambs, Sills, Head, Transoms And Mullions) • Doors, (flush, Wood Panel) • Roll-up Doors • Waterproofing, Liquid • Built-up And Preformed Membrane • Canopy Drain With Strainer • Unglazed Tiles • Cement (floor, Plaster) Finish • Stucco Finish • Painting Works, (masonry/concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel), (100 & 150) Mm • Louver Block • Metal Structure Accessories • Metal Railing (steel) • Sanitary/plumbing Fixtures • Cold Water Lines • Sewer Line Works • Storm Drainage And Downspout Electrical Works • Rigid Steel Conduit • Rigid Polyvinyl Chloride Pipes (pvc/upvc) • Boxes/wire Gutter • Fittings And Accessories • Electric Wire • Single Pole Wall Switch On One Switch Plate • Duplex (2 Single Pole Wall Switches On One Switch Plate) • Triplex (3 Single Pole Wall Switches On One Switch Plate) • Three-way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Pop-up Type/floor Duplex Convenience Outlet/receptacle (gt) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pad Mounted Distribution Transformer (oisc) With Complete Accessories • Generator (single Or Three Phase - Standby) • Lighting Fixtures Electronic Works • Network Cabling • Cctv System • Network Video Recorder • Lcd, Led Monitor • Door Access And Card Reader System • Public Address System • System Management Amplifier • Remote Microphone • Ceiling Speaker • Wall Mount Speaker • Wires/cables • Fire Alarm System • Smoke Detector With Base • Heat Detector With Base • Fire Alarm Control Panel • Manual Pull Station Switch • Back-up Battery Pack Mechanical Works • Ventilating Equipment • Exhaust Fan (ceiling Cassette, Wall Mounted, Wall Mounted, Industrial Type) • Booster Pump With Control • Water Tank (stainless) • Fire Department Connections For Wet And Dry Type System • Air Conditioning System (vrf/vrv) • Service Elevator Approved Budget For The Contract (abc) : ₱64,525,000.00 Contract Duration : 243 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 47 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Closing Date30 Jan 2025
Tender AmountPHP 64.5 Million (USD 1.1 Million)
Department Of Agriculture Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Invitation To Bid For The Negotiated Procurement Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Feed Mill Processing Facility In Brgy. #40 Buyon, Bacarra, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2024intends To Apply The Sum Of Ten Million Pesos (php10,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Negotiated Procurement Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Feed Mill Processing Facility In Brgy. #40 Buyon, Bacarra, Ilocos Norte With Project Identification Number Da-rfo-1-2024-infra-035-n. 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. #40 Buyon, Bacarra, Ilocos Norte Project Description: Construction Of Feed Mill Processing Facility With A Dimension Of 15m X 10m Component 1: Building Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Permits And Clearance 1.00 L.s Iii. Project Billboard/sign Board 1.00 L.s Iv. Safety And Health 1.00 L.s V. Construction Of Temporary Facility 12.00 Sq.m. Vi. Clearing And Grubbing 100.00 Sq.m. Vii. Earthworks 99.66 Cu.m. Viii. Rsb Works 2,429.48 Kgs Ix. Forms Works 420.00 Bd.ft. X. Concrete Works 30.00 Cu.m. Xi. Masonry Works 30.00 Sq.m. Xii. Iron Works 7,619.13 Kgs Xiii. Painting Works 100.00 Sq.m. Xiv. Roofing And Siding Works 448.44 L.m Xv. Windows And Doors 29.50 Sq.m. Xvi. Plumbing Works 1.00 Lot Xvii. Electrical Works 15.00 Outlet Xviii. Da Logo 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 2 Skilled Workers • 6 Unskilled Workers Minimum Equipment Required: • 1 Concrete Mixer, One-bagger • 1 Angle Grinder • 1 Cut-off Machine • 1 Bar Cutter • 1 Welding Machine • 1 Generator Set • 1 Electrical Drill Component 2: Machinery All Components Shall Be Of The Same Brand, Brand New And Not Rebranded/renamed. 1. Built A. Compact B. System (per Component) 2. Crusher Function: Crush The Raw Materials To Powder Capacity: 100kg/hr Primemover: 4kw, Electric Motor, Single Phase 3. Mixer Function: Can Mix Materials Uniformly Capacity: 100kg/batch Where One Batch Needs 5-10mins Primemover: 4kw Electric Motor, Single Phase 4. Screw Conveyor Function: Use To Lift And Transfer Powder Or Raw Materials To The Mixer. Primemover: 2.2kw Electric Motor, Single Phase Capacity: 500 Kg/hr 5. Feed Pellet Machine Primemover:15kw, Electric Motor, 3-phase Capacity: 300 Kg/hr 6. Belt Conveyor Capacity: 200 Kg/hr Power:2.2kw, Electric Motor, Single Phase 7. Cooler And Dust Collector Function: Use To Cool The Finished Product Capacity: 200kg/hr Primemover (cooler): 0.75 Kw Primemover (dust Collector): 2.2 Kw 8. Bag Sewing Machine 9. With 2 Tons Silo Other Requirements For The Supplier Of The Goods/machinery: * Brochures/pictures, Operator’s Manual * System Testing Shall Be Conducted By Amtec After Complete Installation * Valid Permit To Operate Issued By Bafe (all Machinery Components Must Be Stated As Product Lines) And Certificate Of Namdac Accreditation Issued By Pcaf * Certificate Of Company-owned/affiliated Service Center Within The Region And Service Center Must Have A Permit To Operate Issued By Bafe * Notarized Affidavit Of Undertaking For After Sales Service That Supplier Must Render Within 72 Hours Upon Receipt Of Notice From The Recipients/ Procuring Entity * Certificate Of Availability Of Spare Parts Of The Brand/model Being Offered Within The Region To Be Issued By The Distributor/manufacturer/affiliated Service Center * Notarized Certificate Of Stock Allocation To Be Submitted During The Bid Opening Issued By The Distributor/dealer/importer Specifying The Name Of Project To Da Rfo 1 * Certificate To Conduct On-site Technical Briefing For Operators On Operation, Maintenance, And/or Repair Of The Supplied Goods By The Supplier With The Following Compatible Accessories: 1. All Components Should Be Provided With Compatible Electric Motor - Connecting Wires And Cables Shall Conform To Electrical Code Of The Philippines - Moisture And Dust Proof - With Thermal Protection Device 2. Control Panel - Compatible To The Electrical Requirements Of The Feed Milling System - Must Contain Mimic Flow Of Operation - With Basic Safety Cut-off Features Including Emergency Shutdown Button - With On-off Push Button Switch And Individual Circuit Breaker For Each Motor - Dust Proof 3. One (1) Unit Weighing Scale - Mechanical Type - Capacity: 1 Ton (minimum) - Readability: 0.5 Kg 4. With Safety And Ease Of Operation Features - Path Walks - Markings/direction/borders - Provision Of Harness - Moving And Rotating Components Of The Feed Mill Must Be Covered - Two (2) Units Fire Extinguisher For The Control Room And Feed Milling Area * Dry Chemical, Stored Pressure Type, Capacity: 6.80kg, Minimum - Basic Safety Kits 5. With Additional 2 Dies, Shieve And 1 Spare Hammermill Teeth 6. Equipped With Electrical Requirements 7. Compatible Panel Board With Circuit Breakers - The Electrical Wire, Wire Accessories, And Piping/conduit To Connect The Transformer Unit To The Main Distribution Panel Board And To The Control Panel Of The Feed Milling System Shall Be Provided By The Bidder - The Electrical Wires, Panel Board, Circuit Breakers And Piping/conduit Must Be Brand New 8. Appropriate Heavy-duty Tools: Made Of Tempered Steel And Chrome Vanadium - With Heavy Duty Toolbox And Roll Up Tools Holder 9. With Appropriate Mounting Frame - All Component Of The Feed Mill Shall Be Installed With Mounting Frame And Fitted With Brackets 10. All Major Components And Parts Of The Feed Should Be Painted Powder Coated. For Mounting Frames, Path Walks And Catwalks Should Be Painted Finish, With Rust-proofing Primer And Final Paint Color 11. With Appropriate Silent Type Generator Set 12. With Converter (from Single Phase Power To 3-phase Power) Completion Of The Works Is One Hundred Twenty (120) Calendar Days For Infrastructure Component And Forty (40) Calendar Days For The Machinery Component Upon The Completion Of Infra Component. 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 February 3-13, 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 Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Preliminary Conference On 05 February 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 13 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 13 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. E. The Technical Specifications Of The Project (as Part Of Tab F - Project Requirements) Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 8559 Or Republic Act 10915. 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/ January 31, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2024-infra-035-n
Closing Date13 Feb 2025
Tender AmountPHP 10 Million (USD 172.3 K)
1631-1640 of 1648 archived Tenders