Earthwork Tenders
Earthwork Tenders
Province Of Sarangani Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Concreting Of Libi Barangay Road Phase Ii, Malapatan Brgy. Libi, Malapatan, Sarangani Province (contract No. Infra 2024-94) January 21, 2025 1. The Provincial Government Of Sarangani, Through The Sb # 3, Cy 2024 Intends To Apply The Sum Of Twenty Million Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Libi Barangay Road Phase Ii, Malapatan With Contract No. Infra-2024-94. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Forty Calendar Days (140cd). 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 – February 11, 2024 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (₱25,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On January 28, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 11, 2025, At 9:00 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 15. 9. Bid Opening Shall Be On February 11, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Sarangani 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. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2024-94 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 20,000,000.00 Revised On: August 11, 2004 Contract Id: Infra-2024-94 Contract Name: Concreting Of Libi Barangay Road Phase Ii, Malapatan Location: Brgy. Libi, Malapatan, Sarangani Province Bill Of Quantities Calendar Days: 140 Cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) A. General Requirements A.1.1(3) Construction Of Field Office For The Engineer 1.00 L.s In Words: In Figures: Php In Figures: Php B.3 Permits And Clearances (cutting Of Trees) 1.00 L.s In Words: In Figures: Php In Figures: Php B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.7(1) Occupational Safety And Health Program 3.33 Months In Words: In Figures: Php In Figures: Php B.8 Road Works Safety And Traffic Management (layout 7,case 1) 1.00 L.s In Words: In Figures: Php In Figures: Php B.9 Mobiilization/ Demobilization 1.00 L.s In Words: In Figures: Php In Figures: Php B. Earthworks 100(3)a2 Individual Removal Of Trees, 301-500mm Dia, Small 78.00 Each In Words: In Figures: Php In Figures: Php 101(1) Removal Of Structures And Obstruction 1.00 L.s In Words: In Figures: Php In Figures: Php 102(2) Surplus Common Excavation 344.36 Cu.m In Words: In Figures: Php In Figures: Php 103(1)a Structure Excavation, Common Soil 183.93 Cu.m In Words: In Figures: Php In Figures: Php 103(6)a Pipe Culvert And Drain Excavation 126.00 Cu.m In Words: In Figures: Php In Figures: Php Spl-1 Embankment From Borrow With Perma Zyme As Soil Stabilizer 3,330.90 Cu.m In Words: In Figures: Php In Figures: Php 104(1)b Embankment From Roadway Excavation, Common Soil 344.36 Cu.m In Words: In Figures: Php In Figures: Php C. Surface Course 311(1)c1 Portland Cement Concrete Pavement (unreinforced), 0.23m Thk. 14days 4,830.29 Sq.m In Words: In Figures: Php In Figures: Php D. Cross Drainage 500(1)b Pipe Culverts, 910mm Dia, Class Ii, Rcpc 35.00 L.m In Words: In Figures: Php In Figures: Php 502(2)a3 Inlets 6.00 Each In Words: In Figures: Php In Figures: Php E. Lined Canal 500(3)b1 Lined Canal, Rectangular, Concrete 20.00 L.m In Words: In Figures: Php In Figures: Php F. Stone Masonry 506 Stone Masonry 379.80 Cu.m In Words: In Figures: Php In Figures: Php G. Guardrails 603(3)a1 Metal Guardrails (metal Beam) Including G.i Pipe Steel Post With Paint, Single W-beam 266.00 L.m In Words: In Figures: Php In Figures: Php 603(4)a Metal Beam End Piece, Fish Tail 8.00 Each In Words: In Figures: Php In Figures: Php H. Reflectorized Thermoplastic Pavement Markings 612(1) Reflectorized Thermoplastic Pavement Markings (white) 196.50 Sq.m In Words: In Figures: Php In Figures: Php I. Hazard Markers 605(8) Hazard Markers, 450mm X 600mm, Chevron Sign 9.00 Each In Words: In Figures: Php In Figures: Php J. Warning Signs 605(1) Warning Signs 4.00 Each In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:
Closing Date11 Feb 2025
Tender AmountPHP 20 Million (USD 344.6 K)
Department Of Agriculture Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Extension Of Maruaya Irrigation Canal In Brgy. Maruaya, Piddig, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Two Million One Hundred Seventy-eight Thousand Three Hundred Twenty-nine Pesos And Fifty-nine Centavos (php2,178,329.59) 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 Extension Of Maruaya Irrigation Canal In Brgy. Maruaya, Piddig, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-012. 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. Maruaya, Piddig, Ilocos Norte Project Description: Extension Of Maruaya Irrigation Canal (600m) Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s Ii. Temporary Facility 1.00 Lot Iii. Provision Of Safety And Health (ppe And Signages) 1.00 L.s Iv. Clearing 700.00 Sq.m V. Earthworks 108.00 Cu.m Vi. Rsb Works 6,396.00 Kgs Vii. Concrete Works Class “a” W/ Forms 86.40 Cu.m Viii. Concrete Works Class “a” W/o Forms 60.48 Cu.m Ix. Marker 1.00 Unit Minimum Technical Personnel Required: • 1 Project Engineer • 3 Equipment Operator • 1 Foreman • 4 Skilled Workers • 15 Unskilled Workers Minimum Equipment Required: • 1 Backhoe (.28 Cu.m.) • 2 Dump Truck • 2 Concrete Mixer, 1 Bagger • 1 Low-bed Truck • Set Of Hand Tools Completion Of The Works Is Within Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 4, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 23 January 2025, 11:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 04 February 2025, 11:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 04 February 2025, 11:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-012
Closing Date4 Feb 2025
Tender AmountPHP 2.1 Million (USD 37.2 K)
City Government Iligan Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 4,830,276.09being The Approved Budget For The Contract (abc) To Payments Under The Contract For Road Concreting With Side Drainage, Matuog, Brgy. Kiwalan, Iligan City With Project No. Cb(b)-25-004 (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 Road Concreting With Side Drainage, Matuog, Brgy. Kiwalan, Iligan City General Requirements •installation Of Project Billboard •occupational Safety And Health Program •mobilization And Demobilization •turn Over Earthworks •clearing And Grubbing •structural Excavation (common Soil) •embankment From Roadway Excavation •staking,lay-out Of Lines, Grades & Elevation Of The Pccp To Be Constructed As Per Plan And Specifications •subgrade Preparation •compaction Aggregate Basecourse •placing, Spreading And Compacting 200mm Thk Base Course Formworks •use 200mm Thk Fonnworks For The Pccp Base Course Portland Cement Concrete Pavement •provide 200mm Thk Pccp •provide 200mm Dia. Utility/service Pipe For Every 20m Distance. •provide Longitudinal And Transverse 16mm Dia Dsb •cutting Of Pccp At Every 4.5meters •pour Asphalt In Center Line And Every 4.5meters •apply Curing Compound After Pouring Reinforce Concrete Culvert Pipe •installation Of 610mm Dia Reinforce Concrete Pipe Culvert Grouted Riprap •grouted Riprap For Pipe Culvert Protection Headwall For Outlet And Catch Basin At Inlet (hillside) •provide 100mm Thk Concrete Flooring For Catch Basin I.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"x8" 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) Ii.earthworks A.clearing And Grubbing (q = 1.00 Lot) Includes Clearing Of Obstruction B.structure Excavation (common Soil) (q = 858.69 Cu.m.) C.embankment From Road Way Excavation (q = 51.85 Cu.m.) D.subgrade Preparation (q = 1,020 Sq.m.) Iii.aggregate Base Course A.aggregate Base Course (q = 326.40 Cu.m.) Includes Aggregate Subbase Course, Hauling Cost Of Materials. Iv.form Works A.formwork (q = 1.00 Lot) Includes No. 16 G.i.tie Wire, Hauling Cost Of Materials. V.surface Course A.portland Cement Concrete Pavements (q = 204.00 Cu.m.) Includes Ready Mixed Concrete (3500 Psi, @14days), Reinforce Steel Bar 16mm Dia. Grade 40- 66pcs, Asphalt, Curing Compound, Concrete Saw Blade, 200mm Pvc Pipe, Hauling Cost Of Materials. Vi.drainage A.reinforced Concrete Culvert Pipe (q = 18.00 Ln.m) Includes 24" Dia. Reinforce Concrete Pipe Culvert (class Ii), Washed Sand, Portland Cement Typei, Hauling Cost Of Materials. A. Grouted Riprap (q = 5.00 Cu.m) Includes Boulders Class A, Washed Gravel, Washed Sand, Portland Cement Type I, Hauling Cost Of Materials. Approved Budget For The Contract (abc): P 4,830,276.09 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 Three (103) 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 Bac Office, 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: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. 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 3. 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 4 . 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 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: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-004 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 4.8 Million (USD 82.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Others
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0123 Preventive Maintenance: Asphalt Overlay - Bacolod North Rd - K0087 + 340 - K0088 + 294 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 49,890,495.54 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance: Asphalt Overlay - Bacolod North Rd - K0087 + 340 - K0088 + 294. 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: Asphalt Overlay - Bacolod North Rd - K0087 + 340 - K0088 + 294 Contract Id No. : 25gk0123 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 49,890,495.54 Contract Duration : 109 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 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 49.8 Million (USD 862.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0122 Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd (old Route) - K0074 + 000 - K0074 + 800 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 48,999,995.20 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd (old Route) - K0074 + 000 - K0074 + 800. 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 (old Route) - K0074 + 000 - K0074 + 800 Contract Id No. : 25gk0122 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 F: Bridge Construction Part H: Miscellaneous Structures Approved Budget For The Contract : Php 48,999,995.20 Contract Duration : 120 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 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 48.9 Million (USD 847 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.: 25gk0116 Rehabilitation Of Multi-purpose Building, Cadiz Food Park, 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 5,939,999.47 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Multi-purpose Building, Cadiz Food Park, 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, Cadiz Food Park, Cadiz City, Negros Occidental Contract Id No. : 25gk0116 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 Approved Budget For The Contract : Php 5,939,999.47 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 29, 2025 To February 18, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 At 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 18, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.6 K)
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Construction Material
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 ( For Breeding Goats) 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Five Hundred Thousand Pesos (₱1,500,000.00) 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 ( For Breeding 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 (for Breeding Goats). Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy, Electrical Permit & Other Clearances); Project Bilboard/signboard (coa Recommended); Occupational Safety And Health Program ; Part B. Earthworks: Clearing And Grubbing ; Structure Excavation (hard Rock); 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, Louver With Frame & 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 Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Dump Truck (12 Yd³); One (1) Leased Backhoe (0.80m³) ; One (1) Leased Backhoe W/breaker (0.80m³); One (1) Leased Plate Compactor; One (1) Owned One-baggger Mixer; Two (2) Owned Bar Cutter; Two (2) Owned Bar Bender; One (1) Owned Cutting Outfit; Three (3) Owned Welding Machine ; Three (3) Owned Metal Cutter And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; Eight (8) Unskilled; Four (4) Carpenters; Three (3) Mason; Three (3) 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 Five Hundred Pesos (₱1,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0133 Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd K0049 + 366 - K0050 + 616, K0081 + 558 - K0081+842, K0085 + 487 - K0086 + 358 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 144,749,993.38 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd K0049 + 366 - K0050 + 616, K0081 + 558 - K0081+842, K0085 + 487 - K0086 + 358. 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 K0049 + 366 - K0050 + 616, K0081 + 558 - K0081+842, K0085 + 487 - K0086 + 358 Contract Id No. : 25gk0133 Locations : Cadiz City, 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 F: Bridge Construction Part H: Miscellaneous Structures Approved Budget For The Contract : Php 144,749,993.38 Contract Duration : 162 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 January 31, 2025 To February 21, 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 50,000.00. 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 21, 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 21, 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 Date21 Feb 2025
Tender AmountPHP 144.7 Million (USD 2.5 Million)
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 ₱1,960,000.00 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 : Asset Preservation Program - Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse, And Landslide - Secondary Roads - Cordon - Aurora Bdry Rd (isabela Bdry - Jct Dumabato) - K0356 + 673 - K0356 +708, Aglipay, Quirino Contract I.d. : 25bk0069 Brief Project Description L=35.00 M Scope Of Works : Construction Of Slope Protection Other General Requirements • Project Bill Board / Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization / Demobilization Earthworks • Structure Excavation, Common Soil • Foundation Fill Bridge Construction • Reinforcing Steel, Grade 40 • Structural Concrete, 20.68 Mpa, Class A, 28 Days Approved Budget For The Contract (abc) : ₱1,960,000.00 Project Duration : 40 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. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Www.youtube.com/@dpwh.quirino.districteo For Online Bid Submission: Electronicbids_quirino@dpwh.gov.ph 18. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff Email Address: Carbonel.brenda@dpwh.gov.ph
Closing Date24 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.8 K)
Department Of Agriculture Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Brgy. Malimpin, Dasol, Pangasinan 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 Pesos (php1,000,000.00) 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 Construction Of Livestock Housing Facility (beef Cattle) In Brgy. Malimpin, Dasol, Pangasinan With Project Identification Number Da Rfo-1-2025-infra-020. 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. Malimpin, Dasol, Pangasinan Project Description: Construction Of 135 Sq.m. Cattle House With Loafing Area, Feeding Through, Chute, And Perimeter Fence Scope Of Work: Description Qty Unit I. General Requirement (permits & Project Billboard) 1 Lot Ii. Mobilization And Demobilization 1 Lot Iii. Safety And Health 1 Lot Iv. Earthworks 37 Cu.m. V. Rsb Works 1,163 Kgs. Vi. Formworks And Scaffoldings 600 Bd.ft. Vii. Concrete Works (class A) 30 Cu.m. Viii. Masonry Works (including Plastering) 28 Sq.m. Ix. Steel Works 1 Lot X. Tinsmithry Works 186 Sq.m. Xi. Painting Works 1 Lot Xii. Electric Works 1 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 6 Skilled Workers • 8 Unskilled Workers Minimum Equipment Required: • 1 One-bagger Mixer • Minor Tools Completion Of The Works Is Within Seventy (70) 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 30, 2025 To February 18, 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 Php1,000.00. 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 06 February 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 18 February 2025, 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 18 February 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. 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 28, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-020
Closing Date24 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
1721-1730 of 1812 archived Tenders