Electrical Tenders
Electrical Tenders
Municipality Of San Jose, Batangas Tender
Civil And Construction...+2Others, Construction Material
Philippines
Closing Soon12 Mar 2025
Tender AmountPHP 3.3 Million (USD 58.5 K)
Details: Description Qty Unit Item Description 1.00 Ea. Provision Of Progress Photographs 3.00 Ea. Project Billboard/signboard 2.00 Mos. Occupational Safety And Health Program 1.00 L.s. Mobilization/demobilization 115.00 Cu.m. Structure Excavation (common Soil) 4,898.00 Kgs Reinforcing Steel 41.00 Cu.m. Concreting Works 1.00 L.s. Painting Works 1.00 L.s. Electrical Works 56.00 Ea. Solar Led Street Light 23.00 Ea. Led Street Light
Ministry Of Education Tender
Healthcare and Medicine
Brazil
Closing Soon10 Mar 2025
Tender AmountRefer Documents
Description: Electronic Auction - Contracting of a Company Specialized in Building Maintenance, for the Maintenance of Physical Installations (Electrical, Mechanical, Civil Installations and Medical Gases) of the University Hospital of the Federal University of Roraima (hu-ufrr), Branch of the Brazilian Hospital Services Company - Ebserh in the State of Roraima - RR, Including the Supply of Supplies, Parts, Tools and Specialized Labor with Exclusive Dedication.
London Borough Of Brent Tender
Security and Emergency Services...+2Electrical and Electronics, Electrical Works
United Kingdom
Closing Date30 Apr 2025
Tender AmountGBP 7.2 Million (USD 9.1 Million)
Description: Communal Electrical And Electrical Fire Safety Services
City Of Antipolo Tender
Civil And Construction...+2Paints and Enamels, Civil Works Others
Philippines
Closing Soon5 Mar 2025
Tender AmountPHP 1.2 Million (USD 21.4 K)
Details: Description A. Contract Id : Antipolo-05march2025-28 B. Name Of Project : Repair/repainting Of One (1) Storey, Two (2) Classroom Dpwh-bod Building #5 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 1,246,684.71 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
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date15 Mar 2025
Tender AmountRefer Documents
Details: The Los Angeles District, U.s. Army Corps Of Engineers Is Seeking To Lease A Minimum Of 4000 Net/usable To A Maximum Of 5000 Gross/rentable Square Feet (gross Square Feet To Include Any Common Area Factor), Of Existing Class A Or B Retail Space, In The Ventura, Ca, Within The Defined Delineated Area (da) Boundaries Below: north -- Telegraph Rd south -- Olivas Park Ave east –victoria Ave west – Seaward Ave the Government’s Desire Is For Afull-service Lease Of Retail Space For An Armed Forces Career Center For A Term Not To Exceed Five (5) Years With Government Terminationrights. offered Space Must Meet Government Requirements Per The Terms Of The Government Lease.interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement, Representation Letter, Listing Contract Or Other Executed Agreement Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. adequate Mass Transit (buses, Trains, Rail Cars) For The Public Within Three Walking Blocks Is Highly Desired. required spaces Must Offer Both A Primary And A Secondary Point Of Ingress/egress. lighted, Non-exclusive Or Reserved On-site Parking For Four 5 Marked Government Owned Vehicles Must Be Provided For On 24 Hours 7 Days A Week Basis. Additional Lighted Parking Must Be Available During Business Hours, Weekends And Holidays, For Approximately 5 Employee Vehicles And Visitors/recruit Candidate Parking. must Use The Government Lease. the Military Services Shall Have The Right To Use Space Beyond Normal Working Hours And, If Required, On Saturdays, Sundays, And Federal Holidays. This Includes The Use Of Elevators, Lights, Toilet Facilities, And, If Necessary, Heating And Air Conditioning. armed Forces Recruiting Facilities Are Only Located In Defined Geographical Areas That Contain Businesses And Other Establishments That Are Of A Compatible Nature. Under No Circumstances Will Be These Facilities To Be In Areas Where Sexually Oriented Businesses, Bars, Nightclubs, Liquor Stores, Smoke Shops, Marijuana Dispensaries Etc. Or Other Business That Produce Injurious Odors Detectable With The Leased Spaces. Placement Near These Establishments Can Hamper Overall Production Of The Office Or Cause Concern For The Safety Of The Personnel Stationed There And Their Visitors. lessors Are Required To Be Registered And Active In Www.sam.gov Prior To The Deadline For Final Offer Submission. proposals Are Due No Later Than 5:00 Pm (pst) On March 14th, 2025. responses Should Include: building Name And Address as-built Floor Plan Drawing digital Photo Of Street View Of Property area (boma Rentable Square Feet & Boma Usable Square Feet) rental Rate Per Square Foot Rentable Space To Include (cam, Taxes And Insurance) common Area Factor(s) For Available Space, If Applicable following Are The Factors That Will Be Considered When Evaluating Bids/offers: 1. Location 2. Ability To Meet All Construction Specifications, Security Measures And Lease Requirements 3. Complete Initial And Final Offers Must Be Received By Defined Deadline 4. Competitive Costs In The Best Interest Of The Government 5. Qualitative Ratings By Client For Mission additional Notes: three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e., Smoke Detectors, Fire Extinguishers, Etc.). bids Shall Include Any Tear Down/haul Away Expenses. the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example. it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Works contact interested Parties May Contact Jaran Panichkul At The U.s. Army Corps Of Engineers, Los Angeles District, Real Estate Office, 915 Wilshire Blvd, Los Angeles, Ca 90017, 213-222-5481; Jaran.t.panichkul@usace.army.mil,no Later Than 5:00 Pm Pst On March 14, 2025.
Municipality Of Argao, Cebu Tender
Manpower Supply
Philippines
Closing Soon10 Mar 2025
Tender AmountPHP 1.4 Million (USD 25.8 K)
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 8.00 1.00 A. Low Bed Trailer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Project Billboard/signboard Direct Cost: A. Materials: 64.00 Sq.ft. A. Tarpaulin (4' X 8') 37.00 Bd.ft. B. Lumber Coco 1.00 Kg C. Common Nails Assorted 2.00 Sheets D. Plywood Marine (1/4" X 4' X 8') B. Manpower: Number Of Hours 4.00 1.00 A. Construction Foreman 4.00 1.00 B. Skilled Laborer 4.00 2.00 C. Unskilled Laborer C. Equipment And Water: 1.00 Lot Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Occupational Safety And Health Program Direct Cost: A. Materials: 2769.00 Man-days A. Safety Helmet 2769.00 Man-days B. Safety Shoes 2769.00 Man-days D. Working Gloves 1.00 Set E. First Aid Kit B. Manpower: Number Of Days 15.00 1.00 A. Safety Practitioner/officer (part Time) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.3 Permits And Clearances Quantity 1.00 L.s. Dpwh Standard Output Per Day (opd)= 1.00 L.s. 1.00 L.s. Permits And Clearances Direct Cost: A. Materials: 1.00 L.s. Permits And Other Clearances - Building Permit Processing Fees Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 803(1)a Structure Excavation (common Soil) Quantity 18.74 M3 Dpwh Standard Output Per Hour (oph)= 20.00 M3 18.74 M3 Structure Excavation (common Soil) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. Backhoe (0.80 Mᶾ) 1.00 2.00 B. Dumptruck (12 Ydᶾ) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 804(1)a Embankment From Structure Excavation Quantity 32.33 M3 Dpwh Standard Output Per Hour (oph)= 9.84 M3 32.33 M3 Embankment From Structure Excavation Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Plate Compactor (5 Hp) 0.75 1.00 B. Backhoe (0.80 M3) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses 804(4) Gravel Bedding Quantity 11.87 M3 Dpwh Standard Output Per Hour (oph)= 1.20 M3 M3 11.87 M3 Gravel Bedding Direct Cost: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Plate Compactor (5 Hp) Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c2 " Structural Concrete (footing, Slab On Fill)" Tax (vat/withholding Tax) Quantity 9.32 M3 Dpwh Standard Output Per Hour (oph)= 0.357 M3 9.32 M3 "structural Concrete (footing, Slab On Fill)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 5.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c3 " Structural Concrete (footing Tie Beam, Wall Footing)" Quantity 2.87 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 2.87 M3 "structural Concrete (footing Tie Beam, Wall Footing)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c4 " Structural Concrete (columns)" Quantity 3.74 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 3.74 M3 "structural Concrete (columns)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 900(1)c5 " Structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Quantity 1.40 M3 Dpwh Standard Output Per Hour (oph)= 0.27 M3 1.40 M3 "structural Concrete (roof Beams, Lintel Beams, Cantilever Beams)" Direct Cost: A. Materials: 1.00 M3 A. Gravel 0.50 M3 B. Sand 9.10 Bags C. Portland Cement B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 902(1) " Reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Quantity 2,112.34 Kg Dpwh Standard Output Per Hour (oph)= 143.438 Kg 2112.34 Kg "reinforcing Steel Of Reinforced Concrete Structures, Grade-40" Direct Cost: A. Materials: 1.00 Kg A. Deformed Reinforcing Steel - G40 0.02 Kg B. #16galvanized Iron Wire C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 3.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 903 (2) Formworks And Falseworks Quantity 71.61 M2 Dpwh Standard Output Per Hour (oph)= 3.24 M2 71.61 M2 Formworks And Falseworks Direct Cost: A. Materials: 0.35 Pcs A. Ordinary Plywood - 3 Uses 7.19 Bd Ft B. Good Lumber - 3 Use 0.21 Kg C. Assorted Common Wire Nail D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Installation 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer Removal 0.41 1.00 A. Construction Foreman 0.41 6.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1046.00 150 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Quantity 124.20 M2 Dpwh Standard Output Per Hour (oph)= 3.825 M2 124.20 M2 150 Mm Chb Non Load Bearinglload Bearing (including Reinforcing Steel) Direct Cost: A. Materials: 13.00 Pc A. 150 Mm Thk Chb (non-load Bearing) 0.53 Bag B. Cement 0.04 Cu.m C.sand 3.24 Kg D. Reinforcing Steel 0.05 Kg E. #16 Tie Wire B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 3.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One-bagger Mixer Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1027(1) Cement Plaster Finish Quantity 112.77 M2 Dpwh Standard Output Per Hour (oph)= 7.125 M2 112.77 M2 Cement Plaster Finish Direct Cost: A. Materials: 0.33 Bag A. Cement 0.03 Cu.m B. Sand B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)b Structural Steel Roof Truss Quantity 1,389.92 Kg Dpwh Standard Output Per Hour (oph)= 85 Kg 1389.92 Kg Structural Steel Roof Truss Direct Cost: A. Materials: 1.00 Kg A. Structural Steel (channel Bar A36) 0.01 Kg B. Acetylene 0.02 Kg C. Oxygen 0.02 Kg D. Welding Rod E. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer Erection 0.49 3.00 A. Skilled Laborer 0.49 3.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.75 1.00 A. Welding Machine 0.25 1.00 B. Cutting Outfit 0.49 1.00 C. Truck Mounted Crane (20-25 Mt) Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (2)c Structural Steel Purlins Quantity 796.55 Kg Dpwh Standard Output Per Hour (oph)= 90.45 Kg 796.55 Kg Structural Steel Purlins Direct Cost: A. Materials: 1.05 Kg A. Structural Steel Framing Including Cross 0.02 Kg B. Acetylene C. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 4.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 2.00 A. Welding Machine Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1047 (3)b Metal Structure Accessories (sagrods) Quantity 5.00 Pc Dpwh Standard Output Per Hour (oph)= 1 Pc 5.00 Pc Metal Structure Accessories (sagrods) Direct Cost: A. Materials: 1.00 Pc A. Sagrod With Nuts And Bolts 1.00 Pc B. 16 Mm Plain Round Bar With 16 Mm Turn Buckle B. Manpower: Number Of Hours Fabrication 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1014.00 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Quantity 135.60 M2 Dpwh Standard Output Per Hour (oph)= 2.769 M2 135.60 M2 Prepainted Metal Sheets (rib Type, Long Span, 0.427 Mm Thk.) Direct Cost: A. Materials: 1.00 M A. Prepainted Metal Sheets (rib Type, Long Span, 0.427mm Thk. 10.00 Pc B. Tek Screw C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(1) Fabricated Metal Roofing Accessory (flashings) Quantity 29.00 M Dpwh Standard Output Per Hour (oph)= 10 M 29.00 M Fabricated Metal Roofing Accessory (flashings) Direct Cost: A. Materials: 1.05 M A. Flashings (bended) 19.00 Pc B. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1013(2)c Fabricated Metal Roofing Accessory (gutter) Quantity 39.00 M Dpwh Standard Output Per Hour (oph)= 11.8 M 39.00 M Fabricated Metal Roofing Accessory (gutter) Direct Cost: A. Materials: 1.05 M A. Gutter (0.4 Mm) 3.00 Pc B. 12" X 1" Plain Gi Strap 16.00 Pc C. Blind Rivets C. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1100(10) Conduit Works, Boxes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= "1.00" I.s. 1.00 I.s. Conduit Works, Boxes And Fittings Direct Cost: A. Materials: 0.00 Length A. Pvc Pipe Poly 3/4 25.00 Length B. Pvc Pipe Poly 1/2 3.00 Pcs C. Pvc Square Box Poly 5x5 50.00 Pcs D. Flexible Connector 1/2 12.00 Pcs E. Utility Box 2x4 15.00 Pcs F. Junction Box 4x4 1.00 Pcs G. 3/4 Ø Entrance Cap 5.00 Pcs H. Electrical Tape I. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 30.21 1.00 A. Construction Foreman 30.21 1.00 B. Skilled Laborer 30.21 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1101(33) Wires And Wiring Devices Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1 I.s. 1.00 I.s. Wires And Wiring Devices Direct Cost: A. Materials: 0.00 M A. Thhn Wire Stranded # 8 2.00 Box B.thhn Wire Stranded # 12 0.00 M C. Thhn Wire Stranded # 10 3.00 Set D. Flush Type Single-gang Switch 2.00 Set F. Flush Type Three-gang Switch 5.00 Set G. Flush Type Outlet 3 Gang Universal H. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 11.50 1.00 A. Construction Foreman 11.50 1.00 B. Skilled Laborer 11.50 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1102(1) Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50 Amp - 200 Amp Direct Cost: A. Materials: 1.00 Pcs A. Panel Board Bolt On Type 6 Holes 1.00 Pcs B. 60 Amp. Plug-in Breaker 1.00 Pcs B. 30 Amp. Plug-in Breaker 2.00 Pcs B. 20 Amp. Plug-in Breaker 2.00 Pcs B. 15 Amp. Plug-in Breaker B. Consumables (3% Of Materials Cost) B. Manpower: Number Of Hours 5.50 1.00 A. Construction Foreman 5.50 1.00 B. Skilled Laborer 5.50 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1103(1) Lighting Fixtures Quantity 1.00 Set Dpwh Standard Output Per Hour (oph)= 1 Set 1.00 I.s. Lighting Fixtures Direct Cost: A. Materials: 10.00 Units A. Led Pinlight 12w B. Manpower: Number Of Hours 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10 % Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (8) Sewer Line Work Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 Ls 1.00 I.s. Sewer Line Work Direct Cost: A. Materials: 6.00 Lengths A. 50 Mm Ø Pvc Pipe,series 1000 4.00 Lengths B. 100 Mm Ø Pvc Pipe, Series 1000 4.00 Pcs C. Pvc 45 Deg. (3mm Bend X 50mm) 3.00 Pcs D. Pvc 45 Deg. (3mm Bend X 101mm) 3.00 Pcs E. Pvc 87.5 Deg. (6mm Bend X 101mm) 2.00 Pcs F. Pvc 45 Deg. Single Branch, Wye (101mm X 101mm) 1.00 Pcs G. Pvc 87.5 Deg. Single Branch, Seep, Tee (101mm X 50mm) 0.00 Pcs H. Pvc Coupling (50mm D) 3.00 Pcs I. Pvc Coupling3 (101mm D) 0.00 Pcs J. Pvc P-trap W/ Plug & Sealing Rings (50mm) 1.00 Pcs K. Pvc P-trap W/ Plug & Sealing Rings (101mm) 1.00 Pcs L. Pvc Cleanout W/ Plug & Sealing Rings (101mm) B. Manpower: Number Of Hours 10.00 1.00 A. Construction Foreman 10.00 1.00 B. Skilled Laborer 10.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1001 (9) Storm Drainage And Downspout Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 Ls 1.00 I.s. Storm Drainage And Downspout Direct Cost: A. Materials: 10.00 Lengths A. 75 Mm Ø Pvc Pipe,series 1000 20.00 Ea B. Pvc 45 Deg. (3mm Bend X 76mm) 20.00 Ea C. Pvc Coupling (76mm D) D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 8.00 1.00 A. Construction Foreman 8.00 1.00 B. Skilled Laborer 8.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(6) Cold Waterline Pipes And Fittings Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.00 I.s 1.00 I.s. Cold Waterline Pipes And Fittings Direct Cost: A. Materials: 4.00 Lengths A.13 Mm Ø X 4.00 M (ppr) Pipe, Pn 20 10.00 Pcs B.13 Mm Ø Ppr Elbow - Threaded 4.00 Pcs C.13 Mm Ø Ppr Elbow 2.00 Pcs D.13 Mm Ø Ppr Coupling 4.00 Pcs E.13 Mm Ø Gate Valve 2.00 Pcs F.13 Mm Ø Ppr Union 8.00 Pcs G.13 Mm Ø Ppr Tee B. Manpower: Number Of Hours 6.65 1.00 A. Construction Foreman 6.65 1.00 B. Skilled Laborer 6.65 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1002(5) Plumbing Fixture Quantity 1.00 I.s. Dpwh Standard Output Per Hour (oph)= 1.00 I.s. 1.00 I.s. Plumbing Fixture Direct Cost: A. Materials: 2.00 Set A. Water Closet With Complete Accessories 0.00 Set B. Urinal With Complete Accessories 2.00 Set C. Lavatory (wall Hung) 2.00 Set D. Floor Drain 2.00 Set E. Soap Holder (toilet Soap / Liquid Soap) 2.00 Set F. Toilet Tissue Holder/dispenser 2.00 Set G. Bidet 2.00 Set H.lavatory Faucet 2.00 M I. 38 Mm Stainless Steel Grab Bar 2.00 Sq.m. J. Facial Mirror (60cm X 60 Cm) B. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 16.48 1.00 A. Construction Foreman 16.48 1.00 B. Skilled Laborer 16.48 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 1032(1)c Painting Works (metal Painting) Quantity 61.92 M2 Dpwh Standard Output Per Hour (oph)= 2.00 M2 61.92 I.s. Painting Works (metal Painting) Direct Cost: A. Materials: 0.05 Gal A. Red Oxide Primer 0.10 Gal B. Enamel Paint 0.25 L C. Paint Thinner D. Consumables (5% Of Materials Cost) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Skilled Laborer 1.00 1.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours Minor Tools (10% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon5 Mar 2025
Tender AmountPHP 125.4 Million (USD 2.1 Million)
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
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon6 Mar 2025
Tender AmountPHP 121.5 Million (USD 2 Million)
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 Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. 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 - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 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 Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 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) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 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 Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 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 Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 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 - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. 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 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa 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. 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 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 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 06, 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 06, 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
City Of Antipolo Tender
Civil And Construction...+2Paints and Enamels, Building Construction
Philippines
Closing Soon5 Mar 2025
Tender AmountPHP 2.9 Million (USD 51.1 K)
Details: Description A. Contract Id : Antipolo-05march2025-38 B. Name Of Project : Repair/repainting Of Two (2) Storey, Six (6) Classrooms Ynares School Building At Bagong Nayon Ii National High School - Annex, 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 2,965,229.57 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
6971-6980 of 9946 active Tenders