Earthwork Tenders

Earthwork Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid For Construction Of Miagao Shoreline/seawall Protection Including Access Road, Miagao, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0063 – Construction Of Miagao Shoreline/seawall Protection Including Access Road, Miagao, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Miagao Shoreline/seawall Protection Including Access Road, Miagao, Iloilo Contract Id No. : 25gf0063 Locations : Miagao, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirement Part C. Earthwork Part D. Subbase And Base Course Part E. Surface Course Part F. Bridge Construction (retaining Wall) Division I. General Part D. Reinforced Concrete Part H. Miscellaneous Structures Division Iii. Port And Harbors Part I. Protective Works And Accessories Division Iv. Flood And River Control And Drainage Part L. Flood And River Control And Drainage Part L-a. Earthworks Part L-b. Bank And Slope Protection Works Part L-c. Drainage Works Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 243 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B (medium A) For Ge-2. 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. 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. 5. Interested Bidders May Obtain Further Information From The Dpwh Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 – January 21, 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 Of Php 50,000.00. 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 Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 7, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, 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. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025 At 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 18. 12. Bid Opening Shall Be On January 21, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. 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. 13. The Dpwh Iloilo 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 19.6 Million (USD 335.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan 2nd District Engineering Office Abulug, Cagayan, Region Ii Invitation To Bid “convergence And Special Support Program - Construction/improvement Of Access Roads Leading To Trades, Industries And Economic Zones (roads Leveraging Linkages For Industry And Trade Infrastructure Program - Roll-it) - Sta. Filomena-langay Barangay Road Leading To Jct. Ayaga In Support Of Agribusiness, Banguian, And Sta. Filomena, Abulug, Cagayan” 1. The Dpwh-cagayan 2nd District Engineering Office, Through The General Appropriation Act (gaa) For Cy 2025 Intends To Apply The Sum Of Php 19,600,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Convergence And Special Support Program - Construction/improvement Of Access Roads Leading To Trades, Industries And Economic Zones (roads Leveraging Linkages For Industry And Trade Infrastructure Program - Roll-it) - Sta. Filomena-langay Barangay Road Leading To Jct. Ayaga In Support Of Agribusiness, Banguian, And Sta. Filomena, Abulug, Cagayan Or Contract Id No. 25bc0032. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-cagayan 2nd District Engineering Office Now Invites Bids For The Above Procurement Project With The Following Details: Name Of Contract : Convergence And Special Support Program - Construction/improvement Of Access Roads Leading To Trades, Industries And Economic Zones (roads Leveraging Linkages For Industry And Trade Infrastructure Program - Roll-it) - Sta. Filomena-langay Barangay Road Leading To Jct. Ayaga In Support Of Agribusiness, Banguian, And Sta. Filomena, Abulug, Cagayan Contract Id No. : 25bc0032 Locations : Abulug, Cagayan Scope Of Works : Bccdp Bridge:construction – Concrete (superstructure) – With Driven Piles Cw1:php 10,498,403.48 • Earthwork • Bridge Construction Rcsps: Roads: Construction-slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Cw2:php 9,101,596.52 • Earthworks • Drainage And Slope Protection Structures Abc : Php 19,600,000.00 Contract Duration : 294 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 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 Bac Secretariat And Inspect The Bidding Documents At Procurement Unit, 2nd Floor, New Building Dpwh-cagayan 2nd Deo, Purok Lailo, Libertad, Abulug, Cagayan During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 To February 4, 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 Twenty-five Thousand Pesos Only (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Dpwh-cagayan 2nd District Engineering Office Will Hold A Pre-bid Conference On January 23, 2025, 10:00 Am. At New Conference Room, Ground Floor, Annex Building, Dpwh-cagayan 2nd Deo And/or Live-streaming On Youtube: Https://www.youtube.com/channel/ucakdik4oewawl0jeka55rhw, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manually Or Electronically: (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 4, 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 16. 9. Bid Opening Shall Be On February 4, 2025, Immediately After The Deadline Of Submission Of Bids At New Conference Room, Ground Floor, Annex Bldg., Dpwh-cagayan 2nd Deo And/or Through Dpwh E-bid Submission Portal. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh-cagayan 2nd 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 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: Engr. Kristian T. Raguirag Head, Bac Secretariat Dpwh-cagayan 2nd Deo 2nd Floor, Procurement Unit Purok Lailo, Libertad, Abulug, Cagayan Cellphone No.: +63-976-389-8112 Email Address: Dpwhcagayan2nddeo.bacsec@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph Notices.philgeps.gov.ph For Online Bid Submission: Electronicbids_cagayan2@dpwh.gov.ph January 13, 2025 ___________________________________ Engr. Jesselito D. Bassig Engineer Iii, Chief- Planning And Design Section Bac - Chairperson Dpwh-cagayan 2nd Deo Purok Lailo, Libertad, Abulug

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Description: Sources Sought Response Form ellsworth Afb B-21 Alert Facility sources Sought Notice #w9128f25sm016 anticipated Solicitation #tbd purpose: By Way Of This Sources Sought Notice, The Usace-omaha District Intends To Determine The Extent Of Capable Small Business Or Other Than Small Business Firms That Are Engaged In Providing The Requirement Described Hereunder. The Responses To This Notice Will Be Used For Planning Purposes For Upcoming Procurements. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp), Quotation Or Bid; It Does Not Guarantee The Future Issue Of An Rfq/rfp/ifb; Nor Does It Commit The Government To Contract For Any Supply, Service, Or Construction. There Is No Solicitation Currently Available. further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. project Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). this Project Will Provide A 22,000 Sq Ft, Single-story Lodging & Readiness Facility For B-21 Air Crews On Alert Status, As Well As An Aerospace Ground Equipment Warm Storage Facility To Support The Alert Apron Aircraft. This Project Is Located Directly Adjacent To And Required To Coordinate With A Variety Of Other B-21 Construction Projects. construction Includes Demolition Of Existing Facility And Construction Of New Drilled Pier Concrete Foundation, Steel Frame Structure, Masonry Walls, Standing Seam Metal Roof, Utilities, Painting & Surface Prep. Special Foundation Due To Local Soils. Utilities Include Domestic & Fire Protection Water, Electrical, Sewer, Gas & Stormwater Drainage. Site Improvements Include Earthwork Landscaping & Exterior Lighting. Pavements Include Parking, Sidewalks & Access Drives. facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, Aircraft, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. This Project Will Comply With Dod Antiterrorism/force Protection Requirements Per Unified Facilities Criteria. special Construction And Functional Requirements: The Project Will Be Constructed On / Near The Existing Alert Apron At Eafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. It Will Also Be Constructed Adjacent To Other Active B-21 Facility Construction Sites. Demolition Of Existing Facilities, Utilities, And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. small Businesses Are Reminded Under Far 52.219-14© (1), Limitations On Subcontracting Services. At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. (for Construction): Project Period Of Performance: 800 Calendar Days From Construction Ntp. responses: Please Respond To All Information Requested In This Notice Not Later Than (2:00 Pm) 28 Jan 2025). Please Include The Sources Sought Notice Identification Number In The Subject Line Of The Email Submission With Attention To: James.r.willett@usace.army.mil And Cc Brittany.c.gull@usace.army.mil. required Information To Be Submitted In Response To This Notice: company Name, Address, Phone Number, Point Of Contract, Email, Web Address: cage Code And Unique Entity Identifier (uei): north American Industry Classification System Code (naics): state Whether Your Firm Is Classified By The Small Business Administration As Any Of The Following: small Business small Disadvantaged Business service-disabled Veteran Owned Small Business (sdvosb) section 8(a) women Owned Small Business (wosb) hubzone historically Black Colleges And Universities/minority Institutions none Of The Above is Your Company Currently Registered In System For Award Management (sam)? has Your Company Performed Work For The Federal Government Under A Different Name Or Uei/duns #, Or As A Member Of A Joint Venture (jv)? If Yes, Provide An Explanation: capabilities And Submission Requirements: submission Details: all Interested, Capable, Qualified, And Responsive Contractors Under Naics Code 236220 Are Encouraged To Reply To This Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature As Described In The Project Description. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $50m. Narratives Shall Be No Longer Than 12 Pages. Email Responses Are Required. please Include The Following Information In Your Response/narrative: •company Name, Address, And Point Of Contact, With Phone Number And Email Address •cage Code And Duns/eid Number •business Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture •details Of Similar Projects And State Whether You Were The Prime Or Subcontractor •start And End Dates Of Construction Work •project References (including Owner With Phone Number And Email Address) •project Cost, Term, And Complexity Of Job •information On Your Bonding Capability - Specifically Identify Capacity Of Performance And Payment Bonds in Accordance With Dfars 236.204, The Magnitude Of This Project Is Expected To Range Between $25m And $100m. details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years: •construction Of Similar Clear-span Type Covered Storage Or Maintenance Facility (large Pre-engineered Metal Building Systems, Large Vehicle Storage, Large Bay Facility, Etc.) •construction Of Airfield Paving In Compliance With Ufc 3-260-02 Or Associated Unified Federal Guide Specifications. •construction Of Facilities To The Afi 16-1404 Or Equivalent Standards. •construction Of Facilities Designed To Resist Vibroacoustic Impacts Associated With Aircraft (or Other) Engine Runup And Taxiing. •construction Of Facilities On A Dod Military Installation. •construction Of Facilities On An Active Airfield Flightline. •construction Of Facilities With Shared Access, Laydown, And Limits Of Work To Adjacent Projects Awarded Under Separate Contract. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. comments: provide Comments Or Identify Any Concerns Your Company Has Regarding The Planned Solicitation. Note That The Government Will Not Be Responding To Inquiries About The Proposed Solicitation At This Time. Your Responses And Comments Will Be Used By Government Personnel To Assess The Viability And Scope Of The Proposed Solicitation And Will Be Kept In Strictest Confidence. Telephone Inquiries Will Not Be Accepted. estimated Construction Contract Award Will Be Second Quarter Of Fiscal Year 2026 (fy26).

MUNICIPALITY OF SANTA TERESITA, CAGAYAN Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Invitation To Bid For The Construction Of Facilities At Juan De Salcedo Landmark Mission, Santa Teresita, Cagayan 1.the Local Government Unit Of Santa Teresita, Through 20% Development Fund Continuing 2025 Intends To Apply The Sum Of One Million Pesos (p 1,000,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Facilities At Juan De Salcedo Landmark. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Brief Description Of The Contract: Item No. Description Unit Qty. A Site Development I Project Billboard/ Signboard Ls 1.00 Ii Earthworks Ls 1.00 Iii Concrete Works Cu.m. 10.94 Iv Masonry Works Sq.m 23.04 V Tile Works Sq.m 23.04 Vi Electrical Works Ls 1.00 B Slope Protection I Stone Masonry Cu.m 21.00 C Monument I Earthworks Ls 1.00 Ii Concrete Works Cu.m 1.57 Iii Masonry Works Sq.m 7.20 Iv Plastering Works Sq.m 4.20 V Tile Works Sq.m 7.20 Vi Galleon (whole Brass) Ls 1.00 2.the Local Government Unit Of Santa Teresita Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 (sixty) 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 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 Local Government Unit Of Sta. Teresita And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 4:00 Pm From Mondays To Fridays. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8-15, 2025 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 One Thousand Pesos (1,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6.the Local Government Unit Of Sta. Teresita Will Hold A Pre-bid Conference[ May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. ] On January 10, 2025, 1:15 Pm At Laureano Hall And/or Through Videoconferencing/webcasting When Applicable, Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Through Courier At The Office Address Indicated Below On Or Before January 22, 2025, 1:00 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 16. 9.bid Opening Shall Be On January 22, 2025, 1:15 Pm At The Given Address And/or Through Video Conferencing When Applicable Or As The Need Arises. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Local Government Unit Of Santa Teresita 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: Louvette D. Madrid Head, Bac Secretariat Local Government Unit Of Santa Teresita Santa Teresita, Cagayan Email Address: Madridlouvette@gmail.com Engr. Mark Henri M. Mercado, Enp Bac Chairperson Local Government Unit Of Santa Teresita Santa Teresita, Cagayan

Offizielle Bezeichnung Stadt Frankfurt Am Main, Gr Nfl Chenamt Tender

Others
Germany
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Description: Public tender Vob/a landscaping work Mass compilation construction project: Solmspark square design - landscaping work 130 M Erecting a construction fence 20 M Removing and disposing of curbstones 60 M2 Sands ... Multi-landscape construction work Mass compilation construction project: Solmspark square design - landscaping work 130 M Erecting a construction fence 20 M Removing and disposing of curbstones 60 M2 Cleaning sandstone blocks 25 M3 Excavating and disposing of soil 450 M2 Creating a path surface subgrade 515 M2 Reworking a gravel subgrade 90 M3 Installing a gravel base layer 0/32 350 M2 Laying 3-format concrete paving stones Passee 180 M Cutting a concrete paving stone 120 M Allowance for radial cutting 140 M Installing a single-row paving stone 95 M2 Installing grass slabs 45 M Installing curbstones 40 M Installing a round curbstone 43 M Install concrete block steps as a border 30 m Install concrete block steps as a border 20 m Install sewer pipes including earthworks Install 6.5 m concrete seating wall Install 2 benches Install 6 bollards Install 4 bike racks Install 1 garbage garage Create 450 m2 vegetation areas Loosen 150 m2 soil with compressed air lance Create 315 m2 planting areas and maintain for 2 years Create 135 m2 lawn and meadow areas and maintain for 2 years Plant 3 trees and maintain for 5 years

Province Of Negros Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 40 Million (USD 689.2 K)
Details: Description Invitation To Bid Bid No. B-417-2024 1. The Provincial Government Of Negros Oriental, Through The Source Of Fund: (sp Res.# 1225, Annual Budget Of 2024/sp Res #72, Annual Budget 2023/ Responsibility Center:1999-270(24) Pop/1999-259(23), Intends To Apply The Sum Of Forty Million Pesos (php 40,000,000.00) Being The Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Province Of Negros Oriental Now Invites Bids For The Requirement One (1) Lot ,2 Infrastructure Projects, Viz: 1 To Hire Contractor To Provide Materials, Labor And Equipment For The "housing Program Phase 1 For Former Rebels, Basay, Negros Oriental” (design And Build) P20,000,000.00 2 To Hire Contractor To Provide Materials, Labor And Equipment For The “housing Program Phase 1 For Former Rebels, Basay, Negros Oriental”( Design And Build) P20,000,000.00 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 Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-4835, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 To January 7, 2025 Up To 1:00 In The Afternoon From The 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 Thirty Thousand Pesos (php 30,000.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 7, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 7, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairperson One (1) Lot, 2 Infrastructure Projects, Viz: To Hire Contractor To Provide Materials, Labor And Equipment For The “housing Program Phase 1 For Former Rebels, Basay, Negros Oriental” (design And Build) Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit A. Detailed Engineering A.1 Architectural And Detailed Design Phase 1.0 L.s. B General Requirements B.1 Permits And Clearances 1.0 L.s. B.2 Mobilization And Demobilization 1.0 L.s. B.3 Temporary Facilities 1.0 L.s. B.4 Occupational Safety And Health Program 1.0 L.s. B.5 Signages 1.0 L.s. C. Earthwork C.1 Site Preparation, Structure Excavation, Soil Poisoning And Backfilling 1.0 L.s. D. Construction Phase D.1 Construction Of 17 Units House 1.0 L.s. Contract Duration: 224 Calendar Days Abc:p40,000,000.00 To Hire Contractor To Provide Materials, Labor, And Equipment For The “housing Program Phase 1 For Former Rebels, Basay, Negros Oriental.” (design And Build) Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit A. Detailed Engineering A.1 Architectural And Detailed Design Phase 1.0 L.s. B General Requirements B.1 Permits And Clearances 1.0 L.s. B.2 Mobilization And Demobilization 1.0 L.s. B.3 Temporary Facilities 1.0 L.s. B.4 Occupational Safety And Health Program 1.0 L.s. B.5 Signages 1.0 L.s. C. Earthworks C.1 Site Preparation, Structure Excavation, Soil Poisoning And Backfilling 1.0 L.s. D. Construction Phase D.1 Construction Of 17 Units House 1.0 L.s. Contract Duration: 224 Calendar Days Abc:p20,000,000.00 Total Abc:p40,000,000.00

SANGGUNIANG KABATAAN NG BARANGAY TAMPUHAN LIBMANAN, CAMARI Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 550 K (USD 9.4 K)
Details: Description Name Of The Project: Improvement Of Fencing Location: Tampuhan, Libmanan, Camarines Sur Appropriation: P 550,000.00 Source Of Funds: Sk Fund 2024 Description: Demolition & Dismantling Of Materials Earthworks Concrete Works Reinforcement Works Masonry Works Steel Works Painting Works Electrical Works Detailed Estimate I.demolition & Dismantling Works (including Hauling And Clearing Of Debris) Estimated Quantity= 1 Lot A.labor (for 3 Days) 4 Laborer 1 Foreman Ii. Earthworks A.labor Excavation Estimated Volume = 1.34 Cu.m 1.34 Cu.m Excavation Backfill Estimated Volume = 0.96 Cu.m 0.96 Cu.m Backfill Iii.concrete Works Estimated Volume= 2.685 Cu.m A.materials 26 Bags Cement 1.50 Cu.m Washed Sand 3.00 Cu.m ¾” Crushed Gravel 15 Pcs ¼” Thk Ordinary Plywood 474 Bdft Form Lumber 4 Kgs Cw Nails 1 L Concrete Epoxy B.labor C. Hauling Cost 26 Bags Cement 1.50 Cu.m Washed Sand 3.00 Cu.m ¾” Crushed Gravel 15 Pcs ¼” Thk Ordinary Plywood 474 Bdft Form Lumber Iv.reinforcement Works Estimated Quantity = 1 Lot A.materials 29 Pcs 12mm Rsb 40 Pcs 10mm Dia Rsb 5 Kgs #16 G.i Tie Wire B.labor C. Hauling Cost 29 Pcs 12mm Rsb 40 Pcs 10mm Dia Rsb V.masonry Works (including Repair Of Damaged Walls) Estimated Area = 31.71 Sq.m A.materials 417 Pcs 4” Chb 56 Bags Cement 5.0 Cu.m Washed Sand 40 Pcs 12mm Rsb 2 Kgs Tie Wire B.labor C.hauling Cost 417 Pcs 4” Chb 56 Bags Cement 5.0 Cu.m Washed Sand 40 Pcs 12mm Rsb Vi.steel Works Estimated Quantity= 1 Lot A.materials 27 Pcs 1½” S40 G.i Pipe 6 Pcs 2”x2”x1.5mm G.i Tubular 76 Pcs 1½” X¼” Angle Bar 40 Kgs Welding Rod 30 Pcs Cutting Disc 14 Pcs 1¾” Pillow Block Bearing (w/complete Accessories) 2 Sets 12” Steel Gate Barrel Bolt 1 Set 8” Steel Gate Barrel Bolt 4 Sets Steel Foot Bolt B.labor C. Equipment Rental (for 4 Days) 1 Unit Welding Mchine W/genset C.hauling Cost 27 Pcs 1½” S40 G.i Pipe 6 Pcs 2”x2”x1.5mm G.i Tubular 76 Pcs 1½” X¼” Angle Bar Vii.painting Works (including Surface Preparations) Estimated Quantity= 114.07 Sq.m A.materials 4 Gals Flat Latex 4 Gals Semi-gloss Latex 5 Gals Epoxy Primer 5 Pcs 4” Paint Brush 5 Pcs 2” Paint Brush 5 Pcs 9” Roller Brush 5 Pcs 4” Roller Brush B.labor Viii.electrical Works Estimated Quantity = 1 Lot A.materials 4 Sets 2x5w Cylinder Outdoor Wall Light (155x110) 1 Set 1-gang Switch W/plate 6 Pcs Junction Box 6 Pcs Utility Box 16 Pcs 20mmø (¾”) Pvc Adapter 16 Pcs 20mmø (¾”) Pvc Conduit 1 Kg #16 Tie Wire 80 M 3.5mm2 Thhn (#12 Awg) 2 Pcs Electrical Tape (big) B.labor C.electrical Pipe Laying And Chipping Special Item Spl I. Project Billboard 1 Unit Billboard With Frame Spl Ii. Construction Safety & Health 1 Lot Construction Safety & Health Spl Iii. Photographs 1 Lot Photographs

MUNICIPALITY OF GUIPOS, ZAMBOANGA DEL SUR Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 172.6 K (USD 2.9 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Barangay Litan, Guipos, Zamboanga Del Sur, Through Its Bids And Award Committee Bac, Invites Suppliers/ Manufacturers/ Distributors/ Contractors To Apply For Eligibility And Bid For The Hereunder Project: Reference Number: Litan- 01- 2025 Name Of Project: Construction Of Barangay Office, Phase- I Location: Litan, Guipos, Zamboanga Del Sur Brief Description: Earthworks, Concrete And Masonry Works Approved Budget For The Contract: One Hundred Seventy Two Thousand Six Hundred Eighty Pesos & 00/100 (php 172,680.00) Contract Duration: Thirty (30) Calendar Day Prospective Bidders Should Have A Similar Project Within The Last 2 Years With An Amount Of Least 50% Of The Proposed Project For Bidding. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use None Discretionary Pass/ Fail Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Prebidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed As Follow, Activities Schedule 1. Issuance Of Bid Documents January 31, 2025- February 07, 2025 2. Pre Bid Conference 3.submission Of Letter Of Intent And Application For Eligibility February 07, 2025 (10:00 A.m.) 4. Opening Of Bids February 07, 2025 (10:00 A.m.) 5. Bid Evaluation February 10, 2025 6. Post Qualification February 11, 2025 7. Notice Of Award February 12, 2025 Bid Document Will Be Available Only To Prospective Bids Upon Payment Of A None Refundable Amount Of Php 500.00, To The Barangay Treasurer Of Litan, Guipos, Zamboanga Del Sur. The Barangay Poblacion, Assumes No Responsibility Whatsoever To Compensate Or Indemnity Bidders For Any Expenses Incurred In The Preparation Of Bid Date Of Publication: January 30, 2025 Newspaper: ________________________ Approved By: (sgd.) Hon. Abundio A. Anghag Bac Chairperson Bids And Awards Committee

MUNICIPALITY OF GUIPOS, ZAMBOANGA DEL SUR Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 172.6 K (USD 2.9 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Barangay Litan, Guipos, Zamboanga Del Sur, Through Its Bids And Award Committee Bac, Invites Suppliers/ Manufacturers/ Distributors/ Contractors To Apply For Eligibility And Bid For The Hereunder Project: Reference Number: Litan- 01- 2025 Name Of Project: Construction Of Barangay Office, Phase- I Location: Litan, Guipos, Zamboanga Del Sur Brief Description: Earthworks, Concrete And Masonry Works Approved Budget For The Contract: One Hundred Seventy Two Thousand Six Hundred Eighty Pesos & 00/100 (php 172,680.00) Contract Duration: Thirty (30) Calendar Day Prospective Bidders Should Have A Similar Project Within The Last 2 Years With An Amount Of Least 50% Of The Proposed Project For Bidding. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use None Discretionary Pass/ Fail Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Prebidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed As Follow, Activities Schedule 1. Issuance Of Bid Documents January 23- 30, 2025 2. Pre Bid Conference 3.submission Of Letter Of Intent And Application For Eligibility January 30, 2025 (10:00 A.m.) 4. Opening Of Bids January 30, 2025 (10:00 A.m.) 5. Bid Evaluation January 31, 2025 6. Post Qualification February 03, 2025 7. Notice Of Award February 04, 2025 Bid Document Will Be Available Only To Prospective Bids Upon Payment Of A None Refundable Amount Of Php 500.00, To The Barangay Treasurer Of Litan, Guipos, Zamboanga Del Sur. The Barangay Poblacion, Assumes No Responsibility Whatsoever To Compensate Or Indemnity Bidders For Any Expenses Incurred In The Preparation Of Bid Date Of Publication: January 22, 2025 Newspaper: ________________________ Approved By: (sgd.) Hon. Abundio A. Anghag Bac Chairperson Bids And Awards Committee

BARANGAY RIOTUBA, BATARAZA, PALAWAN Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.6 K)
Details: Description Construction Of Bleacher, Stage, And Cr, Bgy. Rio Tuba, Bataraza, Palawan Description Of Works: Item I. Earthworks/preparation: Layout/staking & Excavation A. Materials: ----none---- B. Equipment Rental:----none---- C. Manpower: Two (2) Laborers Item Ii. Concrete And Masonry Works A. Materials: 215 Bags 40 Kg. Portland Cement 25 Cu.m. Screen Sand B. Labor: One (1) Foreman Two (2) Mason/carpenter Eight (8) Laborers Item Iii. Reinforce Steel Bar A. Materials: 98 Pcs 10mmø-6.00 L.m. 25 Kgs Tie Wire # 16 B. Labor: One (1) Foreman Five (5) Laborers Item Iv. Formworks And Scaffolding A. Materials: 8 Pcs 1/2" Thk. Ord. Plywood 13 Kgs Cwn Assorted 320 Bd.ft. Coco Lumber, 2"x2"x12'=50pcs B. Labor: One (1) Foreman One (1) Mason/carpenter Five (5) Laborers Item V. Painting Works A. Materials: 42 Gals Qde Paint ( Color Preferred ) 36 Gals Metal Primer (red Oxide) 12 Gals Paint Thinner 5 Sets Roller Brush, 6" W/ Plate 6 Pcs Baby Roller, 4" 5 Pcs Paint Brush, 2" B. Labor: One (1) Foreman Eight (8) Laborers Item Vi. Welding Works A. Materials: 180 Pcs 2 X 6 C- Purlins (1.0 Thk.) 225 Pcs 2 X 2 X 1/4thk. Angle Bar 45 Pcs 10mmø-6.00 L.m. Plain Bar 86 Kgs Welding Rods (portable) 54 Pcs Cutting Disc #4 42 Pcs Cut Off Blade #14 B. Labor: One (1) Foreman Ten (10) Laborers Schedule Of Activities: Posting And Issuance Of Bids = January 22, 2025 Pre-bid Conference = January 30, 2025 Deadline Of Submission And Opening Of Bids = February 11, 2025 Cost Of Bid Documents = Php 5,000.00
821-830 of 1214 archived Tenders