Electrical Tenders
Electrical Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
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 2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass And Diversion Roads San Juan By-pass (rosario – San Juan Laiya Tourism By-pass Road) Phase 1, San Juan Laiaya Road Section Contract Id No. : 24d00301 Contract Location : Batangas Province Scope Of Works : Road Opening Of 4 Lanes Up To Gravel With Boulder Fill On Some Sections On Rice Fields, Stone Masonry For Slope Protection, And Open Line Canal. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Opening 2,758.00 L.m (11.032 Lane Km.); Drainage 454.00 L.m. (908.00 L.m.) Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 225 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass And Diversion Roads San Juan By-pass (rosario – San Juan Laiya Tourism By-pass Road), Candelaria-san Juan Laiya Road Section (phase 2), San Juan, Batangas Contract Id No. : 24d00302 Contract Location : Batangas Province Scope Of Works : Road Opening Of 4 Lanes Up To Gravel With Boulder Fill On Some Sections On Rice Fields, Stone Masonry For Slope Protection, And Open Line Canal. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Opening 2,230.00 L.m (8.92 Lane Km.); Drainage 755.00 L.m. (1,510.00 L.m.) Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 225 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2024 Unprogrammed Appropriations (ua) Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/facilities To Support Social Services Construction Of Tagaytay Tourist (iconic Tower) (phase 10), Brgy. Kaybagal South, Tagaytay City, Cavite Contract Id No. : 24d00304 Contract Location : Cavite Province Scope Of Works : The Scope Of Works For Fy 2024 Unprogrammed Appropriations (ua) Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/facilities To Support Social Services Construction Of Tagaytay Tourist (iconic Tower) (phase 10), Brgy. Kaybagal South, Tagaytay City, Cavite Are Structural Works From Restaurant Level 2 To View Deck Open. These Structural Works Include Reinforced Beams And Girders, Suspended Slabs, Shearwall, And Stairs. The Scope Of Works Also Include Plumbing Works From Ts-7 To Ts-11. Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2024 Dpwh Infrastructure Project Local Program National Building Program Buildings And Other Structures Construction (completion) Of Dpwh Region Iv-a Office Building, Brgy. Mayapa, Calamba City, Laguna Contract Id No. : 24d00305 Contract Location : Laguna Province Scope Of Works : Architectural - Plain Cement Floor Finish (all Floors) - Unglazed Floor Tiles With Waterproofing (t&b) - Glazed Wall Tiles And Trims (t&b) - Chb Wall Partitions And Chb Low Wall At Ramps - Fluted Wall Cladding At 3rd Floor - Wall Mouldings At 3rd Floor - Aluminum Metal Cladding At 3rd Floor - Steel Railings At Ground Floor And Second Floor - Reflective Insulation - Doors And Windows - Tempered Glass Panels (elevator) - Painting Works (masonry, Wood, And Steel) - Steel Grilles - Building Exterior Finishing Works - Basketball Court Floor Finishes - Basketball Court Accessories - Bleacher Accessories - Retractable Stage Structural - Slab On Grade - Steel Deck And Concrete Slab (all Floors And Ramps) - Structural Steel For Struts, Bracings, Stairs And Elevator - Structural Steel Column: Metal Lath And Accessories Electrical - Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) - Lighting Fixtures And Lamps - Wires And Wiring Devices - Panel Board With Main And Branch Breakers - Generator Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Storm Drain Line Pipes And Fittings - Plumbing Fixtures - Cistern Tank Mechanical - Ventilating Equipment - Airconditioning System - Elevator Electronics - Auxiliary System - Fire Sprinkler System Approved Budget For The Contract : ₱82,025,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz)-k0154+411- K0154+491 (rs), K0154+500- K0154+530 (bs), K0154+530-k0154+590 (rs), K0154+655-k0154+725 (ls), K0154+600-k0154+655 (rs), K0154+790-k0154+830 (ls), K0155+088-k0155+228 (ls), K0155+845- K0155+960 (ls), K0156+080- K0156+250 (ls), K0156+130-k0156+250 (rs) Contract Id No. : 24d00311 Contract Location : Quezon Province Scope Of Works : Proposed Installation Of Road Safety Devices, Single Arm 10m-pole Solar Led Roadway Lighting 130w And Double Roller Barrier System. Approved Budget For The Contract : ₱125,450,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz)-k0156+540-k0156+658 (ls), K0156+658-k0156+710 (bs), K0157+000-k0157+260 (ls), K0157+191-k0157+241 (rs), K0157+380-k0157+510 (ls), K0157+580-k0157+650 (ls), K0157+910-k0157+989 (ls) Contract Id No. : 24d00312 Contract Location : Quezon Province Scope Of Works : Installation Of Road Safety Devices – Double Roller Safety Barrier System And Single Arm Solar Led Roadway Lighting. Approved Budget For The Contract : ₱110,975,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz) - K0158+500 - K0158+880 (rs), K0158+880 -k0158+1150 (rs), K0158+1150 - K0158+1290 (ls), K0160+000 - K0160+127 (ls) Contract Id No. : 24d00313 Contract Location : Quezon Province Scope Of Works : Installation Of 547 Lm Of Roller Barrier Guardrail, 46 Unit Of Solar Streetlights, 10m Pole, 100 Watts, Footpath Provision, Sealing Of Shoulder, Improvement Of Skid Resistance Through Asphalt Overlay And Reblocking, Pavement Markings, And Road Signages. Approved Budget For The Contract : ₱125,450,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B 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. 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. 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 February 14, 2025 From The Address Below And U Pon 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 February 21, 2025 @ 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 March 05, 2025 @ 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 March 05, 2025 @ 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) 34810207 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. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Soon5 Mar 2025
Tender AmountPHP 99 Million (USD 1.7 Million)
City Of Antipolo Tender
Civil And Construction...+2Paints and Enamels, Building Construction
Philippines
Details: Description A. Contract Id : Antipolo-05march2025-43 B. Name Of Project : Repair/repainting Of Three (3) Storey, Nine (9) Classrooms Deped Building B At Bagong Nayon Iv Elementary School, Brgy. San Isidro, Antipolo City C. Location : Brgy. San Isidro, Antipolo City D. Brief Description : Repair/repainting Of School Building E. Major Item Of Works : Plumbing Works; Electrical Works; Repainting Works F. Approved Budget For The Contract : Php 4,500,000.00 G. Duration : 120 C.d. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 14 - March 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 21, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 05, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Closing Soon5 Mar 2025
Tender AmountPHP 4.5 Million (USD 77.5 K)
City Of Antipolo Tender
Civil And Construction...+2Paints and Enamels, Civil Works Others
Philippines
Details: Description A. Contract Id : Antipolo-05march2025-24 B. Name Of Project : Repair/repainting Of One (1) Storey, Two (2) Classroom Dpwh-bod Building #8 At Canumay National High School, Sitio Canumay, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description : Repair/repainting Of School Building E. Major Item Of Works : Plumbing Works; Electrical Works; Repainting Works F. Approved Budget For The Contract : Php 1,499,545.95 G. Duration : 60 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 14 - March 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 21, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 05, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Closing Soon5 Mar 2025
Tender AmountPHP 1.4 Million (USD 25.8 K)
Municipality Of San Jose, Batangas Tender
Civil And Construction...+2Others, Construction Material
Philippines
Details: Description Qty Unit Item Description 1.00 Ea. Provision Of Progress Photographs 2.00 Ea. Project Billboard/signboard 2.00 Mos. Occupational Safety And Health Program 1.00 L.s. Mobilization/demobilization 103.00 Cu.m. Structure Excavation (common Soil) 4,402.00 Kgs Reinforcing Steel 37.00 Cu.m. Concreting Works 1.00 L.s. Painting Works 1.00 L.s. Electrical Works 33.00 Ea. Solar Led Street Light 38.00 Ea. Led Street Light
Closing Soon12 Mar 2025
Tender AmountPHP 2.9 Million (USD 51.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0067 Contract Name: Construction Of Multi-purpose Building (municipal Public Market) At Barangay Poblacion Ilawod, Zarraga, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only (php 4,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building (municipal Public Market) At Barangay Poblacion Ilawod, Zarraga, Iloilo / 25gi0067. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building (municipal Public Market) At Barangay Poblacion Ilawod, Zarraga, Iloilo Contract Id No. : 25gi0067 Locations : Zarraga, Iloilo Scope Of Works : Construction Of Multi-purpose Building (public Market Stalls) With A Dimension Of 4.00m X 3.00m Per Stall Including Concrete Floor Topping, Painting Of Walls And Ceiling, Installation Of Roll Up Doors And Electrical Works As Per Plan And Specification. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Gb-1 (building Or Industrial Plant). 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. 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. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 - March 05, 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 Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before March 05, 2025 At 9:00 A.m.. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 05, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. 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. 11. The Dpwh –iloilo 4th 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: February 14, 2025 Eva S. Bedonia Bac Chairperson
Closing Soon5 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Municipality Of Suyo, Ilocos Sur Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Description: Installation Of Solar Street Lights At Sitio Batiangan And Kiblongan , Electrical Systems And Lighting Components ,municipality Of Suyo, Ilocos Sur
Closing Soon5 Mar 2025
Tender AmountPHP 418 K (USD 7.2 K)
City Of Antipolo Tender
Civil And Construction...+2Paints and Enamels, Civil Works Others
Philippines
Details: Description A.contract Id : Antipolo-05march2025-01 B. Name Of Project : Repair / Repainting Of Various School Building At Brgy. San Roque And Brgy. Mambugan, Antipolo City (2025-package 24) A.repair / Repainting Of Two Storey Student Center At Urs – Antipolo Campus, Brgy. San Roque, Antipolo City B.repair / Repainting Of Three (3) Storey, Nine (9) Classrooms Of Sef Building At Mambugan National High School, Brgy. Mambugan, Antipolo City C. Location : A. Brgy. San Roque, Antipolo City C.brgy. Mambugan, Antipolo City D. Brief Description : A.&b. Repair / Repainting Of School Building E. Major Item Of Works : A.painting Works; Electrical Works; Tile Works B. Plumbing Works; Electrical Works F. Approved Budget For The Contract : Php 4,688,123.88 G. Duration : 90 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 14 - March 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 21, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 05, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Closing Soon5 Mar 2025
Tender AmountPHP 4.6 Million (USD 80.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
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 2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass And Diversion Roads San Juan By-pass (rosario – San Juan Laiya Tourism By-pass Road) Phase 1, San Juan Laiaya Road Section Contract Id No. : 24d00301 Contract Location : Batangas Province Scope Of Works : Road Opening Of 4 Lanes Up To Gravel With Boulder Fill On Some Sections On Rice Fields, Stone Masonry For Slope Protection, And Open Line Canal. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Opening 2,758.00 L.m (11.032 Lane Km.); Drainage 454.00 L.m. (908.00 L.m.) Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 225 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass And Diversion Roads San Juan By-pass (rosario – San Juan Laiya Tourism By-pass Road), Candelaria-san Juan Laiya Road Section (phase 2), San Juan, Batangas Contract Id No. : 24d00302 Contract Location : Batangas Province Scope Of Works : Road Opening Of 4 Lanes Up To Gravel With Boulder Fill On Some Sections On Rice Fields, Stone Masonry For Slope Protection, And Open Line Canal. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Opening 2,230.00 L.m (8.92 Lane Km.); Drainage 755.00 L.m. (1,510.00 L.m.) Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 225 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2024 Unprogrammed Appropriations (ua) Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/facilities To Support Social Services Construction Of Tagaytay Tourist (iconic Tower) (phase 10), Brgy. Kaybagal South, Tagaytay City, Cavite Contract Id No. : 24d00304 Contract Location : Cavite Province Scope Of Works : The Scope Of Works For Fy 2024 Unprogrammed Appropriations (ua) Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/facilities To Support Social Services Construction Of Tagaytay Tourist (iconic Tower) (phase 10), Brgy. Kaybagal South, Tagaytay City, Cavite Are Structural Works From Restaurant Level 2 To View Deck Open. These Structural Works Include Reinforced Beams And Girders, Suspended Slabs, Shearwall, And Stairs. The Scope Of Works Also Include Plumbing Works From Ts-7 To Ts-11. Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2024 Dpwh Infrastructure Project Local Program National Building Program Buildings And Other Structures Construction (completion) Of Dpwh Region Iv-a Office Building, Brgy. Mayapa, Calamba City, Laguna Contract Id No. : 24d00305 Contract Location : Laguna Province Scope Of Works : Architectural - Plain Cement Floor Finish (all Floors) - Unglazed Floor Tiles With Waterproofing (t&b) - Glazed Wall Tiles And Trims (t&b) - Chb Wall Partitions And Chb Low Wall At Ramps - Fluted Wall Cladding At 3rd Floor - Wall Mouldings At 3rd Floor - Aluminum Metal Cladding At 3rd Floor - Steel Railings At Ground Floor And Second Floor - Reflective Insulation - Doors And Windows - Tempered Glass Panels (elevator) - Painting Works (masonry, Wood, And Steel) - Steel Grilles - Building Exterior Finishing Works - Basketball Court Floor Finishes - Basketball Court Accessories - Bleacher Accessories - Retractable Stage Structural - Slab On Grade - Steel Deck And Concrete Slab (all Floors And Ramps) - Structural Steel For Struts, Bracings, Stairs And Elevator - Structural Steel Column: Metal Lath And Accessories Electrical - Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) - Lighting Fixtures And Lamps - Wires And Wiring Devices - Panel Board With Main And Branch Breakers - Generator Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Storm Drain Line Pipes And Fittings - Plumbing Fixtures - Cistern Tank Mechanical - Ventilating Equipment - Airconditioning System - Elevator Electronics - Auxiliary System - Fire Sprinkler System Approved Budget For The Contract : ₱82,025,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz)-k0154+411- K0154+491 (rs), K0154+500- K0154+530 (bs), K0154+530-k0154+590 (rs), K0154+655-k0154+725 (ls), K0154+600-k0154+655 (rs), K0154+790-k0154+830 (ls), K0155+088-k0155+228 (ls), K0155+845- K0155+960 (ls), K0156+080- K0156+250 (ls), K0156+130-k0156+250 (rs) Contract Id No. : 24d00311 Contract Location : Quezon Province Scope Of Works : Proposed Installation Of Road Safety Devices, Single Arm 10m-pole Solar Led Roadway Lighting 130w And Double Roller Barrier System. Approved Budget For The Contract : ₱125,450,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz)-k0156+540-k0156+658 (ls), K0156+658-k0156+710 (bs), K0157+000-k0157+260 (ls), K0157+191-k0157+241 (rs), K0157+380-k0157+510 (ls), K0157+580-k0157+650 (ls), K0157+910-k0157+989 (ls) Contract Id No. : 24d00312 Contract Location : Quezon Province Scope Of Works : Installation Of Road Safety Devices – Double Roller Safety Barrier System And Single Arm Solar Led Roadway Lighting. Approved Budget For The Contract : ₱110,975,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz) - K0158+500 - K0158+880 (rs), K0158+880 -k0158+1150 (rs), K0158+1150 - K0158+1290 (ls), K0160+000 - K0160+127 (ls) Contract Id No. : 24d00313 Contract Location : Quezon Province Scope Of Works : Installation Of 547 Lm Of Roller Barrier Guardrail, 46 Unit Of Solar Streetlights, 10m Pole, 100 Watts, Footpath Provision, Sealing Of Shoulder, Improvement Of Skid Resistance Through Asphalt Overlay And Reblocking, Pavement Markings, And Road Signages. Approved Budget For The Contract : ₱125,450,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B 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. 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. 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 February 14, 2025 From The Address Below And U Pon 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 February 21, 2025 @ 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 March 05, 2025 @ 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 March 05, 2025 @ 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) 34810207 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. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Soon5 Mar 2025
Tender AmountPHP 82 Million (USD 1.4 Million)
6961-6970 of 9944 active Tenders