Electrical Work Tenders
Electrical Work Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 5.9 Million (USD 101.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00141 (re-advertisement) : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Jones Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00141: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Jones Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Jones Super Health Center Contract Id No. : 24b00141 Location : Lgu Compound Barangay I, Jones, Isabela Brief Project Description : Construction Of Patient's Waiting Area, Construction Of Powerhouse, Construction Of Ambulance Bay, Improvement Of Ramp, Construction Of Placenta Vault, Sharps And Needles Vault And Catch Basin, Installation Of Sewer Lines, Storm Drainage, And Water Line System, Installation Of Electrical Works, Fire Alarm And Air Conditioning Unit, Construction Of Cabinet Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Wall • Carpentry And Joinery Works • Finishing Hardware • Steel Doors And Frames • Special Performance Glass Or Processed Glass - 10mm Thk • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing, Liquid • Unglazed Tiles • Stamped Concrete • Cement (broom, Plaster) Finish • Non -slip Finish • Floor Finishes • Painting Works, (masonry/concrete, Steel) • Metal Deck Panel • Reflective Insulation • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Louver Block • Metal Structure Accessories, (turnbuckle,bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins • Stainless Steel Railing Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pole Mounted Power Transformer (oisc) With Complete Accessories, Single Or Three Phase, Pole Type Or Flatform • Lighting Fixtures • Rc Pedestal/pole Mechanical Works • Ventilating System • Water Tank, Stainless • Fire Alarm System Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 19 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 11.9 Million (USD 203.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00139 (re-advertisement) : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - San Guillermo Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱11,940,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00139: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - San Guillermo Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Construction Of New Super Health Center/rural Health Unit - San Guillermo Super Health Center Contract Id No. : 24b00139 Location : San Guillermo, Isabela Brief Project Description : Construction Of New Super Health Center: Structural Works (excavation, Embankment, Gravel Fill, Steel Works, Roofing Works, Structural Concrete), Plumbing Works (construction Of Catch Basin And Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering, Installation Of Doors And Windows, Ceiling Works), Electrical Works(installation Of All Conduits, Utility Box Of Lighting And Convenience Outlet And Junction Box For Lighting Fixtures With Hangers, Installation Of All Wirings, Switches And Outlets, And Panel Boards) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks. • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Fire Rated Fire Exit Steel Door • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning & Fixed) Type • Doors, (wood Panel) • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Cement (broom, Plaster) Finish • Decorative Stones • Painting Works, (steel) • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers Approved Budget For The Contract (abc) : ₱11,940,000.00 Contract Duration : 105 Calendar Days Inclusive Of 8 Unworkable/rainy Days, 20 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 09 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos Only (₱25,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 16, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 09-15, 2025 Conspicuous Place (procurement Bulletin Board): January 09-15, 2025
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0022 – Construction Of Multi-purpose Building Barangay San Roque, Bombon, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 4,949,999.72 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0022- Construction Of Multi-purpose Building Barangay, San Roque, Bombon, Camarines Sur Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 120 Cd. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Procurement Id/contract Id: 25ff0022 Contract Name: Construction Of Multi-purpose Building Barangay San Roque, Bombon, Camarines Sur Brief Description: Construction Of Two-storey Evacuation With Concrete Foundation, Columns, Beams, Floor Slab, Roofing, Interior And Exterior Walls, Plumbing Works, Electrical Works, Mechanical Works, Finishing And Paint Works. Approved Budget For The Contract (abc): Php. 4,949,999.72 Source Of Funds: Nep Fy 2025 Contract Duration: 120 Calendar Days Cost Of Bidding Documents: P 5,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 7, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On January 7, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any 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 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 7, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 9 Million (USD 155.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman, Camarines Sur Invitation To Bid For 25ff0026- Improvement Of Dpwh Camarines Sur 3rd Deo Building (covered Roof Deck), Baras, Canaman, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy-2025 Intends To Apply The Sum Of Php 9,014,038.75 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24ff0026- Improvement Of Dpwh Camarines Sur 3rd Deo Building (covered Roof Deck), Baras, Canaman, Camarines Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 175 Cd. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Procurement Id/contract Id: 25ff0026 Contract Name: Improvement Of Dpwh Camarines Sur 3rd Deo Building (covered Roof Deck), Baras, Canaman, Camarines Sur Brief Description: Construction Of 3rd Deo Roofing At Roofdeck, Masonry Works With Cement Plaster Finish, Painting Works, Roof & Roof Framing Works, Electrical Works, & Plumbing Works, Ceiling Works 9dimension: 35.00m X 26.00m) Approved Budget For The Contract (abc): Php. 9,014,038.75 Source Of Funds: Nep Fy-2025 Contract Duration: 175 Calendar Days Cost Of Bidding Documents: P 10,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 19, 2024 To January 8, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024, 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 8, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On January 8, 2025 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any 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 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 19, 2024- January 8, 2025 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0021 – Construction Of Multi-purpose Building Barangay Paolbo, Calabanga, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 4,949,999.80 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0021- Construction Of Multi-purpose Building Barangay Paolbo, Calabanga, Camarines Sur Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 150 Cd. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Procurement Id/contract Id: 25ff0021 Contract Name: Construction Of Multi-purpose Building Barangay Paolbo, Calabanga, Camarines Sur Brief Description: Construction Of Two-storey Multi-purpose Building With Concrete Foundation, Columns, Beams, Floor Slab, Roofing, Interior And Exterior Walls, Plumbing Works, Electrical Works, Mechanical Works & Finishing Works. Approved Budget For The Contract (abc): Php. 4,949,999.80 Source Of Funds: Nep Fy 2025 Contract Duration: 150 Calendar Days Cost Of Bidding Documents: P 5,000.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 7, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On January 7, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any 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 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 7, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer
Municipality Of Isabela, Negros Occidental Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 12.8 Million (USD 221.8 K)
Details: Description Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Isabela, Negros Occidental The Name Of The Contract Is Design And Build Services For The Development Of Isabela, Negros Occidental Water System: Location: Isabela, Negros Occidental. 2 The Government Of The Philippines (gop) Through The Funding Source Is: = Lgsf Growth Equity Fund Abc Amount - Php 12,857,143.00 -cost Of Bid Tender Docs - Php 25,000.00 5.1 No. Further Instruction 5.2 Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause 5.1 5.4 The Bidder Must Have Completed, Within Five (5) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.5 No Further Instruction 8.1 Subcontracting Is Not Allowed. 8.2 “not Applicable” 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project On December 26, 2024 3:00 P.m. Bids And Awards Committee (bac) Office Municipal Hall Borromeo St., Brgy. 4 Poblacion Isabela, Neg. Occ. 10.1 The Procuring Entity’s Address Is: Municipality Of Isabela, Negros Occidental. Virginia A. Ariola Bac Secretariat Mobile: 09317644890 Cheryl C. De Leon Bac Chairman Mobile: 09085875608 12.1 The First Envelope Shall Contain The Eligibility And Technical Documents Stated In The Itb Clause. However, If The Bidder Maintains A Current And Updated File Of Its Class “a” Documents With The Procuring Entity, A Certification To That Effect Issued By Its Bac May Be Submitted In Lieu Of The Class “a” Documents. * First Envelope (technical) * 1. Sec Registration (corporation) Or Dti Registration (sole Proprietorship), Or Coa Registration (cooperative). 2. Philgeps Registration 3. Mayor’s Permit 4. Statement Of Prospective Bidders Of All Its On-going And Completed Contracts 5. Valid Pcab License 6. Prospective Bidder’s Audited Financial Statement Stamped “received” By The Bir 7. Computation Of Nfcc Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line (10% Of The Abc) 8. Bid Security/ Bidders Bond 9. Organizational Chart For The Contract To Be Bid 10. List Of Contract Personnel 11. List Of Contractor’s Equipment Pledged To The Contract (d.o.58 S.2012) 12. Construction Safety And Health Program Stamped/ Received By The Department Of Labor And Employment (dole) 13. Sworn Statement Of The Prospective Bidder Or Its Duly Authorized Representative Of The Following: A. It Is Not “blacklisted” Or Barred From Bidding By The Gop Or Any Of Its Agencies, Offices, Corporations, Or Lgu’s, Including Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Gppb; B. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. C. It Is Authorizing The Head Of The Procuring Entity Of His Duly Authorized Representative To Verify All The Documents Submitted; D. The Signatory Is Duly Authorized Representative Of The Prospective Bidder, And Granted Full Power And Authority To Do, Executive And Perform And All Acts Necessary And/or To Represent The Prospective Bier In The Bidding. With The Duly Notarized Secretary’s Certificate Attesting To Such Fact, If The Prospective Bidder Is A Corporation, Partnership, Cooperation, Or Joint Venture. E. It Complies With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provision Of R.a.3019; F. It Complies With The Responsibilities Of A Prospective Or Eligible Bidder Provided In The Pbd’s And; G. It Complies With Existing Labor Laws And Standards, In The Case Of Procurement Of Services. 2 Nd Envelope (financial) A. Statement Of Cash Flow B. Detailed Estimate C. Bid Prices In The Bill Of Quantities In The Prescribed Form 13.2 The Abc Is P 12,857,143.00 Any Amount With A Financial Component Exceeding This Amount Shall Not Be Accepted. 15.4 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 17.1 Bids Will Be Valid Until Date: January 3, 2025 18.1 The Bid Security Shall Be In The Following Forms And Amount: 1. Cash, Certified Check, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit -2% Of Abc 2. Surety Bond - 5% Of Abc 3. Any Combination Of The Foregoing Proportionate To The Share Or Form With Respect To Total Amount Of Security. 4. Bid Securing Declaration 18.2 The Bid Security Shall Be Valid Until May 2, 2025. 0i18.5 (a)(iv) The Following Shall Be The Additional Grounds For Forfeiture Of The Bid Security: 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Or Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time 6. Refusal To Clarify Or Validate In Writing Its Bid During Post Qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 20.3 Each Bidder Shall Submit One (1) Original And Two (2) Copies Of The First And Second Components Of Its Bid. 21. Issuance And Availability Of Bid Documents Is From December 12, 2024 At The Office Of The Bids And Awards Committee, Isabela, Negros Occidental. The Address For Submission Of Bid Is - Municipality Of Isabela, Negros Occidental The Deadline For Submission Of Bid Is January 3, 2025 Until 3:00 Pm The Place Of Bid Opening Is - Bids And Awards Committee Office, Isabela, Negros Occidental. The Date And Time Is On January 3, 2025 At 3: 00 P.m. 28.2(b) Note: The Latest Income And Business Tax Returns Are Those Within The Last Six Months Preceding The Date Of Bid Submission. Complete Detailed Engineering Design (ded) For The Development Of Isabela Water System Scope Of Work: Tests And Analysis Earthworks Civil Works Plumbing Works Electrical Works Mechanical Works
Municipality Of Caibiran, Biliran Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 1.8 Million (USD 30.8 K)
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Installation Of Boulevard Lights Location : Brgy. Victory, Palanay And Palenque, Caibiran, Biliran Delivery Period : 60 Days Abc : P1,800,000.00 Source Of Funds : 20% D.f. 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description Spcl I 1.00 Each Project Billboard/signboard Spcl Ii 1.00 L. S. Construction Safety And Health 404 420.00 Kgs Reinforcing Steel 405 8.64 Cu. M. Structural Concrete Spcl Iii 36.00 Cu. M. Electrical Works Schedule Of Activities: (1st Posting) Advertisement : December 23, 2024 To December 30, 2024 Pre - Bid Conference : January 2, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) Bid Evaluation : January 13, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024 Until January 10, 2025, Except Holidays & Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos. [p5,000.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. The Local Government Unit Of Caibiran Will Hold A Pre-bid Conference On January 2, 2025 At 9:00 Am At Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran, Which Shall Be Open To Prospective Bidders. 5. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before January 13, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 6. Bid Evaluation Shall Be On January 13, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Lgu Caibiran Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. Checklist Of Eligibility Requirements For Infrastructure Is Hereto Attached: Note: All Folder/envelope To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) First Envelope (technical Proposal) Eligibility Requirements: 1. Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A Dti/sec/cda Registration B Mayors Business Permit Or Its Equivalent Documents C Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & D Stamp Approved By The Bir 2. Audited Financial Statement 3. Statement Of On-going Contracts 4. Statement Of Single Largest Completed Contract (slcc) 5. Valid Pcab License Registration 6. Nfcc Computation Of Committed Line Of Credit Technical Requirements: 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Venture If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Duly Signed Organizational Chart 4. Duly Signed List Of Project Personnel 5. Schedule Of Works 6. Construction Safety & Health Certificate 7. Duly Signed Of Contractors Equipment For Project 8. Certificate Of Site Inspection (signed By The Project Engineer Of The Procuring Entity) 9. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2nd Envelope Financial Proposal 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates & Equipment Rentals Used In Indicating Also The Direct And Indirect Cost In Coming Up With The Bid. 3. Cash Flow By Quarter And Payment Schedule Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Utright Rejection Of The Bid. 2024philgeps141
MUNICIPALITY OF TAGUDIN Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)
Details: Description Invitation To Bid For The Contract Package For The Improvement Of Local Economic Enterprise (bitalag Satellite Market), Barangay Bitalag, Tagudin, Ilocos Sur 1. The Local Government Unit Of Tagudin, Ilocos Sur, Thru Its Bids And Awards Committee Intends To Apply The Sum Of One Million Four Hundred Ninety Four Thousand Nine Hundred Thirty Four Pesos & 18/100 (php1,494,934.18) Being The Approved Budget For The Contract (abc) Through The Ra 7171 Municipal Share, Special Budget No. 1, Appropriation Ordinance No. 03, Series Of 2024 To Payments Under The Contract For The Contract Package For The Improvement Of Local Economic Enterprise (bitalag Satellite Market), Barangay Bitalag, Tagudin, Ilocos Sur, Contract No. Infr-2024-31. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Tagudin, Ilocos Sur Now Invites Bids For The: Item No. Description Qty Unit Contract Duration B.9 Mobilization & Demobilization 1.00 L.s. 37 C.d. 101 (3) Removal Of Existing Structure 186.70 Sq.m. 103 Excavation 12.36 Cu.m. 404 Reinforcing Steel Bars 164.43 Kgs. 405 Structural Concrete 6.06 Cu.m. Spl I Masonry Works 17.00 Sq.m. Spl Ii Plastering Works 35.00 Sq.m. Spl Iii Tile Works 66.00 Sq.m. Spl Iv Doors & Windows 1.00 L.s. Spl V Comfort Room Partitions 1.00 L.s. Spl Vi Roof & Roof Framing Works 58.50 Sq.m. Spl Vii Ceiling Works 60.24 Sq.m. Spl Viii Painting Works 96.50 Sq.m. Spl Ix Electrical Works L.s. L.s. Spl X Plumbing Works L.s L.s. Spl Xi Septic Vault 12.00 Cu.m. Spl Xii Occupational Safety And Health Program L.s. L.s. Spl Xiii Project Billboard L.s. L.s. ***nothing Follows*** Bidders Should Have Completed, For The Past Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In General Conditions Of Contract. 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders Shall Obtain Further Information From The Bac Secretariat Of The Local Government Unit Of Tagudin, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Monday - Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 24, 2024-january 16, 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 Php5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Local Government Unit Of Tagudin, Ilocos Sur Will Hold A Pre-bid Conference On January 3, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 16, 2025 @ 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 16, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Local Government Unit Of Tagudin, Ilocos Sur Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Loriefel T. Leal Head, Bac Secretariat Local Government Unit, Rizal, Tagudin, Ilocos Sur Tel. No. (077) 652 1740, Fax No. (077) 652 1167 Email Add: Lgutagudinbac_asap@yahoo.com (sgd) Marina I. Balicoco Bac Chairman Posted At Philgeps, Lgu Website And At 3 Conspicuous Places (municipal Hall, Mun. Auditorium And Yellow Market) Dated Published: December 24-30, 2024
NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 28.8 Million (USD 491.3 K)
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Gaa Of Cy 2025 Intends To Apply The Sum Of Twenty Eight Million Eight Hundred Seventeen Thousand Sixty Four Pesos And 26/100 (p 28,817,064.26) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Ncb-infra-isa108-24-rpcis-dinapigue Name Of Project : Dinapigue Communal Irrigation System Location : Dinapigue, Isabela Name Of Contract : Construction Of Two (2) Units 7.5 Hp And Two (2) Units 10hp Solar Pv Submersible Pumping System Approved Budget For The Contract : P 28,817,064.26 License Category : General Engineering C Or D With Sp-ee (specialty- Electrical Works), And Sp-me (mechanical Works) Size Range : Small B In Irrigation Or Flood Control Fund Source : Small Irrigation Projects-gaa Fy 2025 Contract Duration : 240 Calendar Days Slcc : P 14,408,532.13 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Two Hundred Forty (240) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 07, 2025 From Given Address And Website/s Below In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On January 14, 2025 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 27, 2025, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 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 January 27, 2025, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On January 07, 2025 – January 27, 2025 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. If At The Time Of 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 Ra 9184 And Its 2016 Revised Implementing Rules And Regulations The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website January 07, 2025 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 9.8 Million (USD 167.3 K)
Details: Description 25go0114 - Construction Of Multi-purpose Building, Bacolod City, Negros Occidental 1. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Bacolod City District Engineering Office Now Invites Bids For The Hereunder Works: Locations: Brgy. Handumanan, Bacolod City, Negros Occidental Scope Of Works: Construction Of Multi-purpose Building Which Includes Permits And Clearances, Dpwh Project Billboards, Occupational Safety And Health, Mobilization / Demobilization, Removal Of Structures And Obstruction, Structural Concrete (class A, 28 Days), Reinforcing Steel (deformed, Grade 40), Formworks And Falseworks, Finishing And Other Civil Works (such As Plumbing Fixtures, Ceiling, Doors And Windows, Painting Works, Metal Deck Panel, Aluminum Cladding (high Quality), 150mm Chb, Structural Steel (canopy), And Railings), Electrical Works W/ Cctv System, And Mechanical Works Approved Budget For The Contract: P 9,800,000.00 Contract Duration: 210 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D (small B). 4. 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. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor's Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 5. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 6. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Bacolod City District Engineering Office And Inspect The Bidding Documents At Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 27 – December 17, 2024 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 8. The Bidding Documents 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. 9. The Department Of Public Works And Highways Bacolod City District Engineering Office Will Hold A Pre-bid Conference On December 4, 2024 @ 10:00 A.m. At The Bac Conference Room Of Dpwh - Bacolod City District Engineering Office, Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 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 Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bacolodcity@dpwh.gov.ph For Electronic Submission On Or Before December 17, 2024, 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On December 17, 2024, Immediately After The Deadline For The Submission Of Bid, At The Bac Conference Room Of Dpwh - Bacolod City District Engineering Office, Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Department Of Public Works And Highways Bacolod City District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Helen S. Esperancilla Bac Secretariat Head (034)433-2804, Local 60618 Esperancillahelen@gmail.com / Procurementbcdeo@gmail.com Ferdinand S. Magada Bac Chairperson (034)433-2804,local 60621 Magada.ferdinand@dpwh.gov.ph
3791-3800 of 3935 archived Tenders