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.: 25gk0132 Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0038 + 829 - K0038 + 909, K0039 + 596 - K0039 + 727, K0041 + 000 - K0041 + 358, K0045 + 965 - K0046 + 093, K0048 + 384 - K0049 + 366, K0060 + 670 - K0061 + 630, K0088 + 294 - K0088 + 596 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 142,337,491.92 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0038 + 829 - K0038 + 909, K0039 + 596 - K0039 + 727, K0041 + 000 - K0041 + 358, K0045 + 965 - K0046 + 093, K0048 + 384 - K0049 + 366, K0060 + 670 - K0061 + 630, K0088 + 294 - K0088 + 596. 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 - K0038 + 829 - K0038 + 909, K0039 + 596 - K0039 + 727, K0041 + 000 - K0041 + 358, K0045 + 965 - K0046 + 093, K0048 + 384 - K0049 + 366, K0060 + 670 - K0061 + 630, K0088 + 294 - K0088 + 596 Contract Id No. : 25gk0132 Locations : Manapla - 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 142,337,491.92 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 142.3 Million (USD 2.4 Million)
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 San Manuel Pag-asa Swisa Diversion Dam Irrigation Canal In Brgy. Arzadon, San Manuel, Pangasinan 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 Three Hundred Seventy-five Thousand Nine Hundred Eighty Pesos And Eight Centavos (php2,375,980.08) 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 San Manuel Pag-asa Swisa Diversion Dam Irrigation Canal In Brgy. Arzadon, San Manuel, Pangasinan With Project Identification Number Da-rfo 1-2025-infra-011. 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. Arzadon, San Manuel, Pangasinan Project Description: Construction Of 570m Length Canal Lining. Concrete Canal “a”: L =363m, H = 0.7m, W = 1.0m W/ Stiffener. Concrete Canal “b”: L = 207m, H = 0.5m, W = 0.6m W/o Stiffener. Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s Ii. Temporary Facility 1.00 Lot Iii. Occupation Safety And Health Program 1.00 L.s Iv. Clearing And Grubbing 125.00 Sq.m V. Earthworks 116.00 Cu.m Vi. Rsb Works 9,485.78 Kgs Vii. Concrete Class “a” W/ Forms 103.25 Cu.m Viii. Concrete Class “a” W/o Forms 91.65 Cu.m Ix. Project Marker 1.00 L.s Minimum Technical Personnel Required: • 1 Foreman • 2 Equipment Operator • 4 Skilled Workers • 10 Unskilled Workers Minimum Equipment Required: • 2 One-bagger Concrete Mixer • 1 Backhoe (at Least 0.04 Cu.m. Bucket Capacity) • 2 Concrete Vibrator • 1 Dump Truck • Hand Tools Completion Of The Works Is Within Sixty (60) 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, 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 04 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 04 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 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-011
Closing Date4 Feb 2025
Tender AmountPHP 2.3 Million (USD 40.6 K)
City Of Valencia Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 08-2025 01/14/2025 Invitation To Bid For The Road Concreting At Sitio Buco, Barangay Banlag, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Nine Million Five Hundred Forty-six Thousand Six Hundred Twenty Pesos And 65/100 (php 9,546,620.65) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Sitio Buco, Barangay Banlag, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Road Concreting At Sitio Buco, Barangay Banlag, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Road Concreting At Junction Buco-pantaron Road To Sitio Buco With The Scope Of Works: Php9,546,620.65 Concreting Of Road - 2.5m Width/lane, 0.23m Thick Pccp, With 1.0m Gravel Surface Shoulder At Both Sides (at Sta. 0+000.00 - 0+209.00 And Sta. 0+256.00 - 0+670.00); Removal And Replacement Of Existing Pccp At Sta. 0+278.00 - Sta. 0+304.00; Removal Of 24" Dia. Rcpc And Headwall (stone Masonry); Replacement Of 8 - 36" Dia. Rcpc And Headwall (stone Masonry) At Sta. 0+531.00. I. Other General Requirements B.5 2.00 Each Project Billboards/signboards B.7(2) 1.00 L.s. Occupational Safety And Health Program B.8(2) 1.00 L.s. Traffic Management B.9 1.00 L.s. Mobilization/demobilization Ii. Civil Works A. Earthworks 100(3)a2 12.00 Each Individual Removal Of Trees 301-500mm Dia. (small) 101(3)b5 65.00 Sq.m. Removal Of Actual Structures/obstruction - 0.28m Thick Pccp (unreinforeced) 101(4)a1 6.00 L.m. Removal Of Actual Structures/obstruction - 610mm Dia. Rcpc 103(3) 1.05 Cu.m. Foundation Fill 103(6)a 26.28 Cu.m. Pipe Culverts And Drain Excavation (common Soil) 102(2) 275.65 Cu.m. Surplus Common Excavation 104(1)a 1,009.68 Cu.m. Embankment From Roadway Excavation (common Soil) 104(2)a 220.52 Cu.m. Embankment From Borrow (common Soil) 105(1)a 4,984.00 Sq.m. Subgrade Preparation (common Material) B. Subbase And Base Course 200(1) 794.33 Cu.m. Aggregate Subbase Course C. Surface Courses 300(1) 286.58 Cu.m. Gravel Surface Course 311(1)c1 3,124.00 Sq.m. Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14 Days D. Drainage And Slope Protection Structures 500(1)b3 8.00 L.m. Pipe Culverts, 910mm Dia. - Class Iv Rcpc 506(1) 7.53 Cu.m. Stone Masonry Total Amount: Php9,546,620.65 Required Number Of Days For Completion Is 100 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 15, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Ten Thousand Pesos (php 10,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 20, 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 23, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 6, 2025at Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date6 Feb 2025
Tender AmountPHP 9.5 Million (USD 163.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid January 17, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱4,950,000.00 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 Disimungal Road, Barangay Dissimungal, Nagtipunan, Quirino Contract I.d. : 25bk0055 Brief Project Description L= 0.9320 Lane Km., With 0.23 Thick Pccp And Rcpc Scope Of Works : Road Concreting Other General Requirements • Project Bill Board / Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization / Demobilization Earthworks • Surplus Common Excavation • Structure Excavation, Common Soil • Foundation Fill • 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 • Lined Canal, Rectangular, Reinforced Concrete 300mm X 300mm • Stone Masonry Approved Budget For The Contract (abc) : ₱4,950,000.00 Project Duration : 76 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 January 18, 2025 - February 10, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 18, 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 January 28, 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 10, 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 10, 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 For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Unit Email Address: Carbonel.brenda@dpwh.gov.ph 18. 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
Closing Date10 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
City Of Valencia Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 09-2025 01/21/2025 Invitation To Bid For The Road Concreting At Sitio Sumpong, Barangay Banlag To Sitio Mariposa, Barangay Laligan, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Twenty-eight Million Eight Hundred Eighty-nine Thousand Four Hundred Forty-one Pesos And 38/100 (php 28,889,441.38) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Road Concreting At Sitio Sumpong, Barangay Banlag To Sitio Mariposa, Barangay Laligan, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Road Concreting At Sitio Sumpong, Barangay Banlag To Sitio Mariposa, Barangay Laligan, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Road Concreting At Sitio Sumpong, Barangay Banlag To Sitio Mariposa, Barangay. Laligan, Valencia City, Bukidnon With The Following Scope Of Works: See Attached Plan And Specifications 28,889,441.38 Concreting Of Road (station 0+000 To Station 1+299.00) - 2.5m Width/lane, 0.23m Thick Pccp With Gravel Surface Shoulder - 1m Width Both Sides For Typical Roadway And 1.5m Width For Roadway With Slope Protection; Includes Cutting Of Trees; Construction Of Lined Canal, Stone Masonry Retaining Wall And Wheel Guard. Other General Requirements 74,974.51 B.5 3.00 Each Project Billboards/signboards #ref! B.7(2) 1.00 1.00 Occupational Safety And Health Program #ref! B.8(2) 1.00 Ls Traffic Management #ref! B.9 1.00 Ls Mobilization / Demobilization #ref! Civil Works Earthworks 100(1) 0.52 Ha Clearing And Grubbing #ref! 100(3)a1 9.00 Each Individual Removal Of Trees 150-300mm Dia. (small) #ref! 102(2) 9,336.07 Cu.m. Surplus Common Excavation #ref! 103(1)a 630.00 Cu.m. Structure Excavation (common Soil) #ref! 103(3) 54.00 Foundation Fill #ref! 104(1)a 1,977.31 Cu.m. Embankment From Roadway Excavation (common Soil) #ref! 105(1)a 10,392.00 Sq.m. Subgrade Preparation (common Material) #ref! Subbase And Base Course 200(1) 1,395.45 Cu.m. Aggregate Subbase Course #ref! Surface Courses 300(1) 645.84 Cu.m. Gravel Surface Course #ref! 311(1)c1 6,495.00 Sq.m. Portland Cement Concrete Pavement (unreinforced) - 0.23m Thick 14days #ref! Drainage And Slope Protection Structures 500(3)b 900.00 Lm Chb Lined Canal #ref! 506(1) 643.80 L.m. Stone Masonry #ref! X-x-x-x-x-x-nothing Follows-x-x-x-x-x-x-x-x- #ref! Total Amount 28,889,441.38 Required Number Of Days For Completion Is 220 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 22, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Twenty-five Thousand Pesos (php 25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 27, 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 30, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 13, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 13, 2025at Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date13 Feb 2025
Tender AmountPHP 28.8 Million (USD 497.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0131 Preventive Maintenance Of Road: Asphalt Overlay - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0084 + (-966) - K0085 + 000, K0085 + 361 - K0085 + 484, K0085 + 776 - K0086 + 000, K0087 + 000 - K0087 + 360 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 144,267,499.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0084 + (-966) - K0085 + 000, K0085 + 361 - K0085 + 484, K0085 + 776 - K0086 + 000, K0087 + 000 - K0087 + 360. 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 - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0084 + (-966) - K0085 + 000, K0085 + 361 - K0085 + 484, K0085 + 776 - K0086 + 000, K0087 + 000 - K0087 + 360 Contract Id No. : 25gk0131 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 144,267,499.00 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 144.2 Million (USD 2.4 Million)
Municipality Of San Julian, Eastern Samar Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Eastern Samar Municipality Of San Julian Invitation To Bid Construction Of Municipal Motor Pool Building (phase 2) Brgy. 04 Poblacion, Municipality Of San Julian, Province Of Eastern Samar The Local Government Unit Of San Julian, Through The Cy 2025 20% Edf Municipal Outlay, Intends To Apply The Sum Of Five Million Four Hundred Ninety-seven Thousand Eight Hundred Twenty-five Pesos & 99/100 Centavos Only (php 5,497,825.99) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Municipal Motor Pool Building (phase 2) @ Brgy. 04 Poblacion, San Julian, Eastern Samar. (project Reference No. Sj-2025-008- Infra). Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of San Julian Now Invites Bids For Construction Of Municipal Motor Pool Building (phase 2) @ Brgy. 04 Poblacion, San Julian, Eastern Samar. Completion Of The Works Is Required Within Three Hundred (300) 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). Approved Budget For The Contract (abc): Php 5,497,825.99 Project Duration : 300 Calendar Days Bid Security : Php 109,956.52 (bank Guarantee, Cash, Manager’s Check) Php 274,891.30 (surety Bond) Bid Closing Date : February 20, 2025; Time: 8:30am Item Description Qty Unit No. Part Ii Other General Requirements B.5 Project Billboard 1.00 Each B.7(2) Occupational Safety & Health Program 1.00 Ls B.9 Mobilization/demobilization 1.00 Ls Part Iii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 803(1a) Structure Excavation 30.44 Cu.m. 804(1a) Embankment 54.00 Cu.m Part B Plain Reinforced Concrete Works 900(1c2) Structural Concrete (footings & Slab On Fill) 4.78 Cu.m. 900(1c4) Structural Concrete (columns) 4.56 Cu.m. 900(1c5) Structural Concrete (suspended Slab) 2.02 Cu.m. 900(1c6) Structural Concrete (beams/girders) 14.97 Cu.m. 9 902(1ca) Reinforcing Steel (deformed, Grade 40) 5,805.07 Kgs. 903(1) Formworks & Falsework 1.00 Ls Part C Finishing 1001(11) Storm Drainage & Sewerage System 1.00 Ls 1002(27) Plumbing 1.00 Ls 1003(1b2) Carpentry & Joinery (ceiling) 132.38 Sq.m. 1004(2) Finishing Hardwares 1.00 Ls 1005(1) Residential Casement (steel) 20.16 Sq.m. 1007(1b) Aluminium Framed Glass Doors 9.00 Sq.m. 1010(4) Wooden Doors & Windows 1.00 Ls 1012(2) Ordinary Window & Sheet Glass 224.00 Sq.m. 1014(1b1) Prepainted Metal Sheets (above 0.427mm Long Span) 476.16 Sq.m. 1017(1b) Roof Drain With Strainer (75mm) 14.00 Set 1018(2) Ceramic Unglazed Tiles 38.83 Sq.m. 1018(4) Ceramic Glazed Granite Tiles (60cm X 60cm) 93.04 Sq.m. 1018(5) Ceramic Glazed Tiles 28.12 Sq.m. 1021(1b) Plain Cement Finish (colored) 121.80 Sq.m. 1027(1) Cement Plaster Finish 721.43 Sq.m. 1032(1a) Painting Works (masonry/concrete) 721.43 Sq.m. 1032(1b) Painting Works (wood) 170.72 Sq.m. 1032(1c) Painting Works (steel) 42.11 Sq.m. 1046(1a1) 100mm Chb Load Bearing (incldg. Rsb) 115.02 Sq.m. 1046(1a2) 150mm Chb Load Bearing (incldg. Rsb) 245.69 Sq.m. 1047(8) Structural Steel (roof Framing) 1.00 Ls 1051(5) Railing 118.38 L.m. Part D Electrical 1100(10) Conduits, Boxes And Fittings 1.00 Ls 1101(33) Wires And Wiring Devices 1.00 Ls 10 1102(1) Panel Board With Main & Branch Breaker 1.00 Ls 1103(1) Lighting Fixtures And Lamps 1.00 Ls 1111(1) Reinforcing Concrete Pedestal/pole (electrical) 1.00 Ls 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. Interested Bidders May Obtain Further Information From Lgu-bac Of San Julian, Eastern Samar And Inspect The Bidding Documents At The Address Given Below From January 24, 2025 To February 20, 2025, At The Address Given Below From 8:00am – 5:00pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 20, 2025, From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php 10,000.00). A Bidder Who Represents A Company Is Only Allowed To Acquire Bidding Documents Provided That He/she Presents His/her Company/office Id And Special Power Of Attorney Delegating Such Authority To That Person. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personally, Or By Any Electronic Means At The Address Given Below. The Lgu-bac Of San Julian, Eastern Samar Will Hold A Pre-bid Conference1 On February 3, 2025; 9:00am At Conference Room, 3rd Floor Rhu Building, Brgy. 04, Poblacion San Julian Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through (i.) Manual Submission At The Office Address As Indicated Below, On Or Before February 20, 2025; 8:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 20, 2025; 8:30 Am. At The Given Address Mdrrmo Ofice, G/ Floor Municipal Building, Brgy. 04, Poblacion San Julian And Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Lgu-bac Of San Julian, Eastern Samar 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. 1. For Further Information, Please Refer To: Ms. Baby Evangeline Consultado Head-bac Secretariat Municipality Of San Julian Province Of Eastern Samar Bacsanjulian@gmail.com ________________________ Renato O. Paligutan Municipal Agriculturist / Bac Chairman
Closing Date20 Feb 2025
Tender AmountPHP 5.4 Million (USD 95 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge 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 ₱5,254,760.00 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 - Preventive Maintenance - Tertiary Roads - Jct Abbag - Nagtipunan - Nueva Viscaya Rd Via Dupax - K0446 + 265 - K0446 + 346, K0446 + 425 - K0446 + 610, K0447 + 800 - K0447 + 869, K0448 + 175 - K0448 + 280, K0456 + 130 - K0456 + 180, Nagtipunan, Quirino Contract I.d. : 25bk0068 Brief Project Description L=490.00 M., With 0.28m Thick Pccp Scope Of Works : Construction Of Concrete Road Other General Requirements • Project Bill Board / Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization / Demobilization Earthworks • Removal Of Actual Structures/obstruction, 0.23m Thick, Pccp (unreinforced) • Surplus Common Excavation • Structure Excavation, Common Soil • Foundation Fill • 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), 0.28 M Thick, 14 Days Bridge Construction • Reinforcing Steel, Grade 40 • Structural Concrete, 20.68 Mpa, Class A, 28 Days Approved Budget For The Contract (abc) : ₱5,254,760.00 Project Duration : 58 Calendar Days Cost Of Bidding Documents : ₱10,000.00 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 5.2 Million (USD 90.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Construction Of New Bridges Lopez Viaduct Along Maharlika Highway (phase V) Contract Id No. : 25d00082 Contract Location : Quezon Province Scope Of Works : For Bridge 1 : Construction Of Superstructure Railing From Abutment A To Abutment B. For Bridge 2 : Construction Of Type V Aashto Prestressed Concrete Girder From Abutment A To Abutment B As Superstructure. For Substructure, Construction Of 2.0 M Diameter Boredpiles For Abutment A And B, Including Coping, Backwall, Shearblock, And Wingwalls, As Well As Construction Of 2.0 M Diameter Columns, Coping Beam Including Shear Block And 2.5 M Diameter Bored Piles For Piers 1 To 17. Approved Budget For The Contract : ₱289,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers, Construction Of Flood Control Structure Along Upper Marikina River, Package 1, San Mateo, Rizal Contract Id No. : 25d00088 Contract Location : Rizal Province Scope Of Works : Construction Of Grouted Riprap For Foot Protection And Construction Of 0.7 M X 0.8 M Reinforced Concrete Pile Cap With 18 Meters Z-type Steel Sheet Pile. Approved Budget For The Contract : ₱149,575,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 285 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0036 + 150 - K0036 + 860 Contract Id No. : 25d00093 Contract Location : Laguna Province Scope Of Works : The Scope Of The Project Includes 4-lane Asphalt Overlay With Drainage System Improvement Using 1000mmø Hdpe Pipe. Approved Budget For The Contract : ₱78,756,545.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (lz) - K0057 + (-092) - K0057 + 138 Contract Id No. : 25d00097 Contract Location : Batangas Province Scope Of Works : Asphalt Overlay Of 0.92 Lane-km Carriageway Including Necessary Road Reblocking Of Damaged Portions Of The Concrete Pavement (0.16 Lane-km). Approved Budget For The Contract : ₱22,888,835.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0045 + 720 - K0045 + 810 Contract Id No. : 25d00112 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 0.360 Lane Kilometer Road (4 Lanes), Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white). Approved Budget For The Contract : ₱11,268,305.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 45 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Lobo Bypass Road, Package 3-a, Barangay Banalo, Lobo, Batangas Contract Id No. : 25d00115 Contract Location : Batangas Province Scope Of Works : Opening Of 2- Lane Gravel Road With Stone Masonry As Slope Protection On Sections With High Embankment And Reinforced Conrete Culvert Pipe As Cross Drains. Approved Budget For The Contract : ₱173,700,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (lz) - K0058 + 076 - K0058 + 603 Contract Id No. : 25d00116 Contract Location : Batangas Province Scope Of Works : Asphalt Overlay Of 2.108 Lane-km Carriageway With Shoulder, 1.04 Lane-km Road Reblocking, And 298 L.m. Drainage Improvement. Approved Budget For The Contract : ₱59,446,895.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0061 + 189 Contract Id No. : 25d00117 Contract Location : Batangas Province Scope Of Works : Construction Of Street Signs And Application Of Thermoplastic Pavement Markings And Thermoplastic Rumble Strips. Approved Budget For The Contract : ₱2,412,500.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 30 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱5,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0033 + 742 - K0034 + 120, K0034 + 914 - K0035 + 000 Contract Id No. : 25d00122 Contract Location : Laguna Province Scope Of Works : Proposed 4-lane Asphalt Overlay With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick With Reconstruction Of Concrete Pavement 0.30m Thick And Reconstruction Of Reinforced Concrete Line Canal On Both Sides. Approved Budget For The Contract : ₱56,711,120.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway - K0054 + 018 - K0054 + 105, K0055 + 000 - K0056 + 000, K0056 + 255 - K0056+ 581 Contract Id No. : 25d00123 Contract Location : Laguna Province Scope Of Works : Proposed Asphalt Overlay Of 4-lane Carriageway With Bituminous Concrete Surface Course, Wearing And Binder, With 50mm Thick Each Layer. Proposed Reconstruction Of 2-lane Concrete Pavement, 0.30m Thick, Portland Cement Treated Plant Mix Course, 0.15m Thick, Aggregate Subbase Course, 0.15m Thick, With Bituminous Concrete Surface Course, Wearing And Binder, 50mm Thick Each Layer. Proposed Installation Of Reinforced Concrete Pipe Culvert, 910mm Dia. Approved Budget For The Contract : ₱133,756,720.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway K0092 + (-249.5) - K0092 + (-029) Contract Id No. : 25d00127 Contract Location : Quezon Province Scope Of Works : Road Reblocking Of 13.5 Linear Meters And Overlaying Of 2 Layers Of Asphalt For 220.5 L.m. Of 2 Lanes Carriageway. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 45 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway (manila South Road) - K0050 + 242 Contract Id No. : 25d00130 Contract Location : Laguna Province Scope Of Works : Installation Of Road Signs, Reflectorized Thermoplastic Pavement Markings, Reflectorized Thermoplastic Rumble Strips And Solar Led Roadway Lighting With Removal And Replacement Of Reinforced Concrete Lined Canal. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 13. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Road Widening - Primary Roads Juanito R. Remulla, Sr. Rd - (s01827lz) Chainage 000 - Chainage 015, Chainage 015 - Chainage 078, Chainage 078 - Chainage 083, Chainage 083 - Chainage 492, Chainage 508 - Chainage 631 Contract Id No. : 25d00131 Contract Location : Cavite Province Scope Of Works : Road Widening Of Additional 1 Lane (r/s) With Pccp (0.33 M Thick, 14 Days), Portland Cement Treated Plant Mix Course (0.15 M Thick) And Aggregate Subbase Course (0.15 M Thick). Approved Budget For The Contract : ₱10,433,580.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 14. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway - K0169 + 700 – K0170 + 290, K0170 + 310 - K0170 + 349 Contract Id No. : 25d00136 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay And Road Reblocking. Approved Budget For The Contract : ₱32,296,620.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 15. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0041 + 817 - K0042 + 336 Contract Id No. : 25d00137 Contract Location : Laguna Province Scope Of Works : Proposed Asphalt Overlay Of 4-lane Carriageway With Bituminous Concrete Surface Course, Wearing And Binder, With 50mm Thick Each Layer. Proposed Reblocking Of 4-lane Concrete Pavement 0.30m Thick, Portland Cement Treated Plant Mix Course, 0.15m Thick, Aggregate Subbase Course, 0.15m Thick, With Bituminous Concrete Surface Course, Wearing And Binder, 50mm Thick Each Layer. Approved Budget For The Contract : ₱36,314,880.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 16. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway K0152 + 498 Contract Id No. : 25d00140 Contract Location : Quezon Province Scope Of Works : Improvement Of Intersection (installation Of 16 Roadway Streetlights, Installation Of Road Signs And Pavement Markings). Approved Budget For The Contract : ₱7,720,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 60 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 17. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Road Widening - Primary Roads Maharlika Highway - K0200 + 193.20 - K0200 + 770, K0201 + 252 - K0201 + 764 Contract Id No. : 25d00143 Contract Location : Quezon Province Scope Of Works : Widening Of Portland Cement Concrete Pavement Road (0.30m Thick; L = 1,088.80 L.m.) With Aggregate Subbase Course, Portland Cement Treated Plant Mix Course (new Soil Aggregate), Portland Cement Concrete Pavement Road (0.23m Thick) Shoulder. Approved Budget For The Contract : ₱18,479,750.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 18. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Tejero Diversion Road, General Trias Section, Cavite Contract Id No. : 25d00147 Contract Location : Cavite Province Scope Of Works : Proposed Widening Of Road From 2-lane To 4-lane, With 1.13m. Shoulder / Bikelane – Class Iii (shared Roadway), 0.67m. Curb And Gutter And 1.50m. Sidewalk With 0.80m X 0.80m Rc Line Canal On Both Sides And Completion Of Bridge. Approved Budget For The Contract : ₱55,005,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 19. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Rosario, Batangas Contract Id No. : 25d00150 Contract Location : Batangas Province Scope Of Works : The Scope Of Works For The Construction Of Multi-purpose Building, Rosario, Batangas Are Earthworks, Plain And Reinforced Concrete Work And Finishing And Other Civil Works. For The Earthworks It Includes The Clearing And Grubbing, Structure Excavation, Embankment From Structure Excavation, Embankment From Borrow And Gravel Fill For The Building Number Four (4) Only. For The Plain And Reinforced Concrete Work Are Structural Concrete 3000 And 4000 Psi Class A – 28 Days, Reinforcing Steel (deformed) Grade 40 And Grade 60 And Formworks And Falseworks For The Building Number Four (4) Only. For The Finishing And Other Civil Works It Includes The Application Of Soil Poisoning And Damproofing. Installation Of Metal Structures Such As Bolts, Sagrods, Steel Plates, Purlins And Wide Flange For The Building Number Four (4) Only. Approved Budget For The Contract : ₱198,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 20. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Cañas River, General Trias, Cavite Contract Id No. : 25d00151 Contract Location : Cavite Province Scope Of Works Construction Of Reinforced Concrete Revetment With A Height Of 10.00 Meters, 0.20-meter Thk. Resting On 0.60 M X 0.80 M Reinforced Concrete Pile Cap Foundation With 12 Meters Steel Sheet Piles, And A Parapet Wall 0.90 M X 0.30 M Dimension. It Also Includes Earthworks And Segmented At Every 40.00 M. With 150.00mm Width Water Stop. Approved Budget For The Contract : ₱154,400,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 3. The Bac Is Conducting The Public Bidding For This Contract Pursuant To Gppb Circular 06-2019 Dated July 17, 2019 (guidelines On The Implementation Of Early Procurement Activities) In Relation To The Provisions Of The Republic Act 9184 And Its Implementing Rules And Regulations (irr). The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On November 22, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On November 29, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before December 12, 2024 @ 10:00 A.m. 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 December 12, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. 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) 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 To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810215 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. November 21, 2024 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date20 Feb 2025
Tender AmountPHP 55 Million (USD 950.9 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid January 27, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱4,950,000.00 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) - Multi-purpose Building/ Facilities To Support Social Services - Construction Of Multi-purpose Building, Barangay San Leonardo, Aglipay, Quirino Contract I.d. : 25bk0063 Brief Project Description 1 Storey Multi-purpose Building Scope Of Works : Construction Of Multi-purpose Building Other General Requirements • Permits And Clearances • Project Billboard/signboard • Occupational Safety And Health • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation, Common Soil • Embankment From Roadway/structure Excavation, Common Soil • Embankment From Borrow, Common Soil • Gravel Fill Reinforced Concrete • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Storm Drainage And Downspout • Fabricated Metal Roofing Accessory, Gauge 26 (0.551 Mm), Flashings • Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters • Prepainted Metal Sheets, Above 0.427 Mm, Rib Type, Long Span • Cement Plaster Finish • Painting Works, Masonry/concrete • Painting Works, Steel • Perforated Ceiling Panel • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Chb Non Load Bearing (including Reinforcing Steel), 150mm • Metal Structure Accessories, Turnbuckle • Metal Structure Accessories, Bolts And Rods • Metal Structure Accessories, Sagrods • Metal Structure Accessories, Cross Bracing • Metal Structure Accessories, Steel Plates • Structural Steel • Structural Steel, Trusses • Structural Steel, Purlins • Railing Electrical • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures And Lamps Approved Budget For The Contract (abc) : ₱4,950,000.00 Project Duration : 167 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 January 29, 2025 - February 19, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 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 5, 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 19, 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 19, 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 Date19 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
1741-1750 of 1812 archived Tenders