Earthwork Tenders

Earthwork Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0121 Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0087 + 000 - K0087 + 340 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 17,274,455.08 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0087 + 000 - K0087 + 340. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0087 + 000 - K0087 + 340 Contract Id No. : 25gk0121 Locations : Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Subbase And Base Course Part E: Surface Courses Part H: Miscellaneous Structures Approved Budget For The Contract : Php 17,274,455.08 Contract Duration : 68 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 To February 19, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 19, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date19 Feb 2025
Tender AmountPHP 17.2 Million (USD 298.6 K)

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (column, Pedestal Column And Roof Beam); Structural Concrete (pedestal Column Footing, Bin Footing, Wall Footing And Slab On Fill) Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Ceiling (4.5mm Fiber Cement); Part E. Door And Window: Jalousie Window (glass); Frames (jamb); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (anchor Bolts); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascial Framing); Part I. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll, Hip Roll, Valley Roll And End Flashing); Part J. Painting Works: Painting Works (masonry Painting); Painting Works (metal Painting); Part K. Electrical Works: Conduits, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures And Lamps; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Espenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Brgy. Upper Cabangcalan, Lazi, Siquijor. Completion Of The Works Is Required Within Seventy-eight (78) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Leased Bar Cutter; One (1) Leased Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two(2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer . Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ) 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Seven Hundred Thousand Pesos (₱700,000.00)being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Goat Housing Located At Da-nordc, Bonbonon, Siaton, Negros Oriental ( Isolation Building For Unhealthy Goats ). Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit, Etc. Other Clearances) ; Proiect Bilboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks; Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Reinforcing Steel (column Footing); Structural Concrete (column Footing); Reinforcing Steel (column); Structural Concrete (column); Reinforcing Steel (girder Beam); Structural Concrete (girder Beam); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill); Formworks And Falseworks; Part D. Finishing: Cement Plaster Finish; Part E. Masonry Works: 100 Mm Chb Non Load Bearing (induding Reinforcing Steel); Part F. Metal Structures; Structural Steel Roof Framing; Metal Structure Accessories (anchor Bolts); Metal Structure Accessories (turnbuckle); Structural Steel (railings Including Fabricated Steel Door, Steel Plate & Accessories); Feeding Trough; Slotted Floor; Stair; Part G. Wood Frame: Floor Joist Frame; Part H. Roofing Works : Prepainted Metal Sheets (rib Type, Long Span, Above 0.427mm Thick); Fabricated Metal Roofing Accessory (ridge Roll/end Flashing/flashing) ; Part I. Electrical Works: Conduit Works, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Part J. Painting Works: Painting Works (metal Painting); Boq Notes:1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.; 2.ocm Includes: (a) Overhead Expenses - Engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractor's All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events; (c)miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Da-nordc, Bonbonon, Siaton, Negros Oriental. Completion Of The Works Is Required Within Seventy-five (75) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Owned One-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Bar Bender; Two (2) Owned Welding Machine; One (1) Owned Cutting Outfit; One (1) Owned Metal Cutter And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; Six (6) Unskilled ; Two (2) Carpenters; Three (3) Mason; Two (2) Welders; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (₱1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 700 K (USD 12.1 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 24gk0236 Construction Of Multi-purpose Building At Barangay Bato, Sagay City, Negros Occidental 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2024 Intends To Apply The Sum Of Php 4,949,999.47 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building At Barangay Bato, Sagay City, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building At Barangay Bato, Sagay City, Negros Occidental Contract Id No. : 24gk0236 Locations : Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Reinforced Concrete Part E: Finishing And Other Civil Works Part F: Electrical Part G: Mechanical Approved Budget For The Contract : Php 4,949,999.47 Contract Duration : 130 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 18, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 4, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 18, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0129 Rehabilitation Of Multi-purpose Building, (rescue Building), Cadiz City, Negros Occidental 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 11,879,999.35 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Multi-purpose Building, (rescue Building), Cadiz City, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Rehabilitation Of Multi-purpose Building, (rescue Building), Cadiz City, Negros Occidental Contract Id No. : 25gk0129 Locations : Cadiz City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Reinforced Concrete Part E: Finishing And Other Civil Works Part F: Electrical Part G: Mechanical Approved Budget For The Contract : Php 11,879,999.35 Contract Duration : 130 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category C & D For Small B. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 20, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 20, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 20, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date20 Feb 2025
Tender AmountPHP 11.8 Million (USD 205.3 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid January 31, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Stated Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh- Quirino District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Name Of Project/location : Basic Infrastructure Program (bip) - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road To Draman At Purok 2 Liwayway, Diffun, Quirino Contract I.d. : 25bk0070 Brief Project Description L=275.00 M., With 0.23m Thick Pccp And Rcpc Scope Of Works : Construction Of Concrete Road Other General Requirements • Project Bill Board / Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization / Demobilization Earthworks • Surplus Common Excavation • Pipe Culverts And Drain Excavation, Common Soil • Embankment From Roadway/structure Excavation, Common Soil • Subgrade Preparation, Common Material Subbase And Base Course • Aggregate Subbase Course Surface Courses • Portland Cement Concrete Pavement (unreinforced), 0.23 M Thick, 14 Days Drainage And Slope Protection Structures • Pipe Culverts, Class Iv, Rcpc • Stone Masonry Approved Budget For The Contract (abc) : ₱2,970,000.00 Project Duration : 24 Calendar Days Cost Of Bidding Documents : ₱5,000.00 Pcab License Category C&d (size Range : Small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category (see Table Above). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh- Quirino District Engineering Office And Inspect The Bidding Documents At Procurement Unit Office, Dpwh Quirino District Engineering Office During Weekdays From February 1, 2025 - February 24, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 1, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. Pursuant To Section 17.5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh- Quirino District Engineering Office Will Hold A Pre-bid Conference On February 11, 2025 9:00 A.m. Via Zoom Meeting Id: 460 121 7399 Passcode: Pru_24 At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Www.youtube.com/@dpwh.quirino.districteo, Which Shall Be Open To Prospective Bidders. 11. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_quirino@dpwh.gov.ph For Electronic Submission On Or Before February 24, 2025 Not Later Than 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 13. Bid Opening Shall Be On February 24, 2025 Immediately After The Deadline Of Submission Of Bids, Via Zoom (same Id And Passcode With The Pre-bid Conference) At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Https://www.youtube.com/@dpwhquirinodeoproclivestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No.9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 16. The Dpwh- Quirino District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff Email Address: Carbonel.brenda@dpwh.gov.ph
Closing Date24 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.3 K)

City Of Pagadian Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Construction Of Rotunda Stalls (phase Ii) Item Description Unit Qty. Unit Cost Amount Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 1.00 B.9 Mobilization & Demobilization Ls 1.00 Part Ii Civil Works Part A Earthworks 801(1)a3 Removal Of Existing Structures And Obstructions (manual) Ls 803(1)b1 Structure Excavation - Soft Rock (manual) M3 35.69 804(1)a Embankment From Structure Excavation M3 21.42 804(1)b1 Embankment From Common Borrow (manual) M3 13.08 804(4) Gravel Bedding M3 9.60 Part B Plain & Reinforced Concrete Works 900(1)c1 Structural Concrete, (class A, 28 Days) M3 6.86 900(1)c2 Structural Concrete For Footings And Slab On Fill (class A, 28 Days) M3 15.36 902(1)a Reinforcing Steel Of Reinforced Concrete Structures Kg 1,208.58 902(1)a1 Reinforcing Steel Works, G40 (footing And Slab On Fill) Kg 445.24 903(1) Formworks And Falseworks (for One-storey Building) M2 46.73 Part C Finishings And Other Civil Works C.1 Masonry Works 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) M2 154.20 1027(1) Cement Plaster Finish (smooth) M2 299.60 C.2 Fabricated Materials 1008(1)c Aluminum Glass Window (awning Type) M2 1010(2)a Hollow Core Flush Door M2 14.40 1010(2)b Wooden Panel Door M2 - 1039(1)a Wpc-wall Cladding Set 1.00 C.3 Finishing Works 1003(1) 4.5mm Marine Plywood On Metal Frame Ceiling M2 60.00 1018(1) Glazed Tiles And Trims M2 8.64 1018(2) Unglazed Tiles M2 36.90 C.4 Roof Framing & Roofing Works 1047(2)a Structural Steel Roof Framing Kg 86.92 1047(2)b Structural Steel Roof Truss Kg 320.58 1047(2)c Structural Steel Purlins Kg 156.16 1047(3)a Metal Structure Accessories (anchor Bolts) Pc 88.00 1047(5) Metal Structure Accessories (steel Plates) Kg 43.96 1013(2)a3 Fabricated Metal Roofing Accessory (flashing) M 25.00 1013(2)c Fabricated Metal Roofing Accessory (gutter) M 12.50 1014(1) Prepainted Metal Sheets (rib Type, 0.40mm Thk) M2 62.50 1014(1)a Polycarbonate Clear Sheet (6mm Thk.) M2 125.00 C.5 Painting Works 1032(1)a Painting Works (masonry Painting) M2 250.16 1032(1)b Painting Works (wood Painting) M2 80.16 1032(1)c Painting Works (metal Painting) M2 56.34 Part Iii Plumbing Works 1001(1)a 50mmø - 100mmø Pvc Pipe, Series 600/ Series 1000 M 91.20 1001(2) Pvc/hdpe Fittings Ls 1.00 1001(9) Storm Drainage And Downspout Ls 1.00 1002(3) Polyprophylene Random Copolymer Fittings Pc. 1.00 1002(3)a 13mmø - 50mmø Polyprophylene Random Copolymer Pipe Pc. 16.00 1002(11) Kitchen Sink/scrub Up Sink/slop Sink Set 16.00 1002(17) Bidet/faucet/hose Bibb Pcs. 16.00 Spl1- Plumbing Other Plumbing Materials & Accessories Ls 1.00 Part Iv Electrical Works 1100(10) Conduits, Boxes, And Fittings L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(21) Power Load Center, Switchgear, And Panel Boards L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Part V Miscellaneous Spl Welding Works Ls 1.00 Total Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-02-03 Name Of Contract: Construction Of Rotunda Stalls (phase Ii) Brgy. Dao, Pagadian City Df25-8000-a1-k Approved Budget For The Contract -p 1,959,663.23 Completion Of Work -150 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid February 17, 2025 To February 24, 2025 2-issuance And Availability Of Bidding Documents February 17, 2025 To March 03, 2025 3-pre-bid Conference February 19, 2025 4- Submission And Receipt Of Bids /bid Opening March 03, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 2,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: February 17, 2025 To February 24, 2025
Closing Date24 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.8 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Contract Id No.: 24gk0233 Construction Of Flood Control Structures Along Guindascan River, Cadiz City, Negros Occidental 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2024 Intends To Apply The Sum Of Php 48,749,989.38 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Flood Control Structures Along Guindascan River, Cadiz City, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Construction Of Flood Control Structures Along Guindascan River, Cadiz City, Negros Occidental Contract Id No. : 24gk0233 Locations : Cadiz City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part L: Flood And River Control And Drainage Part L-a: Earthworks Part L-b: Bank And Slope Protection Works Approved Budget For The Contract : Php 48,749,989.38 Contract Duration : 181 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 9, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before January 9, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On January 9, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date9 Jan 2025
Tender AmountPHP 48.7 Million (USD 840 K)

City Of Valencia Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 1. 2. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of One Million Nine Hundred Forty Thousand Nine Hundred Eighteen Pesos And 46/100 (php 1,940,918.46) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Purok 2, Barangay Bagontaas, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Government Of Valencia Now Invites Bids For The Road Concreting At Purok 2, Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Invitation To Bid For The Road Concreting At Purok 2, Barangay Bagontaas, Valencia City, Bukidnon Contract Reference No. 04-20225 01/03/2025 Item No. Qty 1.00 Unit Description Road Concreting At Barangay Bagontaas (near Hotel De Susana), Valencia City, Bukidnon With The Following Scope Of Works: Station 0+285.00 - Station 0+406.10 (121.10 L.m.) Concreting Of Road - 3m Width/lane, 0.23m Thick Pccp With Gravel Surface Shoulder - 1m B/s; Includes Removal And Relocation Of 2 Unit Electrical Pole And Installation Of 8 L.m. 910mm Rcpc Cross Drain @ Station 0+404.00. Other General Requirements Project Billboards/signboards Occupational Safety And Health Program Traffic Management Mobilization / Demobilization Removal And Relocation Of Utilities Civil Works Earthworks Clearing And Grubbing Foundation Fill Subgrade Preparation (common Material) Subbase And Base Course Aggregate Subbase Course Surface Courses Gravel Surface Course Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14days Specifications Unit Total Cost Cost 1,940,918.46 1 Lot See Attached Plan And Specifications B.5 B.7(2) B.8(2) B.9 B.12 100(1) 103(3) 2.00 1.00 1.00 1.00 2.00 0.05 0.80 Each Ls Ls Ls Each Ha Cu.m. Sq.m. Cu.m. Cu.m. Sq.m. 105(1)a 1,089.90 200(1) 145.32 300(1) 55.70 311(1)c 1 726.60 500(1)b 3 8.00 L.m. 506(1) 2.87 Cu.m. Drainage And Slope Protection Structures Pipe Culverts, 910mm Dia. - Class Ivrcpc Stone Masonry X-x-x-x-x-x-nothing Follows-x-x-x-x-x-x-x-x- Total Amount 1,940,918.46 Required Number Of Days For Completion Is 50 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 4, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 10, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 13, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) January 27, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) January 27, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date27 Jan 2025
Tender AmountPHP 1.9 Million (USD 33 K)

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Improvement Of Goat Breeder House At Da-inrec, Dingras, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (php1,500,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Improvement Of Goat Breeder House At Da-inrec, Dingras, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-017. 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: Da-inrec, Dingras, Ilocos Norte Project Description: Improvement Of Goat Breeder House With An Area Of 124.15 Sq.m. Scope Of Work: Description Qty Unit I. General Requirement 1.00 L.s. Ii. Mobilization And Demobilization 1.00 L.s. Iii. Provision Of Safety And Health 1.00 L.s. Iv. Demolition Of Works 120.00 Sq.m. V. Earthworks 58.11 Cu.m. Vi. Rsb Works 4,515.09 Kg Vii. Formworks And Scaffoldings 180.00 Bd.ft. Viii. Concrete Works 25.99 Cu.m. Ix. Steel Works (roofing And Railings) 1,169.45 Kg X. Tinsmithry Works 171.20 Sq.m. Xi. Floor, Shading Net, Pens And Feeding Trough 1.00 Lot Xii. Plumbing Works 1.00 Lot Xiii. Electric Works 16.00 Outlets Minimum Technical Personnel Required: • 1 Foreman • 2 Skilled Workers • 6 Unskilled Workers Minimum Equipment Required: • 2 Units Of Concrete Mixer • 1 Unit Of Welding Machine • 1 Unit Jack Hammer • Set Of Handtools Completion Of The Works Is Within Eighty (80) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 5, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 24 January 2025, 10:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 05 February 2025,10:00 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 05 February 2025, 10:00 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 Thebids 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 Thebids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-017
Closing Date5 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.6 K)
1701-1710 of 1812 archived Tenders