Electrical Work Tenders
Electrical Work Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 19.1 Million (USD 326.1 K)
Details: Description Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0054– - Asset Preservation Program– Construction/upgrading/rehabilitation Of Drainage Along National Roads – Tertiary Roads, Lala-salvador-tubod Rd.-k1617+750-k1618+160, Salvador, Lanao Del Norte Abc – Php 5,209,100.00 2. 25kf0055– - Asset Preservation Program–rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Dobleston-butadon Road, K2008+054-k2008+218, Kapatagan, Lanao Del Norte, Lanao Del Norte Abc – Php 12,407,780.00 3. 25kf0056– Network Development Program-off-carriageway Improvement-primary Roads Linamon-zamboanga Road, K1610+000-k1611+600, Kapatagan, Lanao Del Norte Abc – Php 19,124,700.00 4. 25kf0057– Bridge Program-replacement Of Permanent Weak Bridges-inasagan Br. (fvr) (b01519mn) Along Lala-salvador-tubod Rd, Salavador, Lanao Del Norte Abc – Php 6,369,626.00 5. 25kf0058- Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Replacement Of Ilian Bridge, Ilian, Sultan Naga Dimaporo, Lanao Del Norte Abc – P39,199,395.00 6. 24kf0059– Basic Infrastructure Program (bip)-multi-purpose Buildings/facilities To Support Social Services Construction Of Multi-purpose Building (phase Ii) Brgy. Poblacion, Sapad,, Lanao Del Norte Abc – Php 9,899,637.18 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Asset Preservation Program – Construction/upgrading/rehabilitation Of Drainage Along National Roads – Tertiary Roads, Lala-salvador-tubod Rd.-k1617+750-k1618+160 Contract Id No. : 25kf0054 Locations : Salvador, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part E: Surface Courses; Part F: Bridge Construction (rc Lined Canal) Approved Budget For The Contract : Php 5,209,100.00 Contract Duration : 83 Cd Cost Of Bidding Document : Php 8,000.00 2.name Of Contract : Asset Preservation Program–rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Dobleston-butadon Road, K2008+054-k2008+218 Contract Id No. : 25kf0055 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 12,407,780.00 Contract Duration : 153 Cd Cost Of Bidding Document : Php 15,000.00 3.name Of Contract : Network Development Program-off-carriageway Improvement-primary Roads Linamon-zamboanga Road, K1610+000-k1611+600 Contract Id No. : 25kf0056 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part D: Subbase And Base Course; Part E: Surface Courses Approved Budget For The Contract : Php 19,124,700.00 Contract Duration : 130 Cd Cost Of Bidding Document : Php 20,000.00 4.name Of Contract : Bridge Program-replacement Of Permanent Weak Bridges-inasagan Br. (fvr) (b01519mn) Along Lala-salvador-tubod Rd. Contract Id No. : 25kf0057 Locations : Salvador, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction; Part G: Drainage And Slope Protection; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 6,369,626.00 Contract Duration : 169 Cd Cost Of Bidding Document : Php 8,000.00 5.name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Replacement Of Ilian Bridge, Ilian, Sultan Naga Dimaporo, Lanao Del Norte Contract Id No. : 25kf0058 Locations : Sultan Naga Dimaporo, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction; Part G: Drainage And Slope Protection Structures Approved Budget For The Contract : Php 39,199,395.00 Contract Duration : 298 Cd Cost Of Bidding Document : Php 25,000.00 6.name Of Contract : Basic Infrastructure Program (bip)-multi-purpose Buildings/facilities To Support Social Services Construction Of Multi-purpose Building (phase Ii) Contract Id No. : 25kf0059 Locations : Brgy. Poblacion, Sapad,, Lanao Del Norte Scope Of Works : Part I: Facilities For The Engineer; Part Ii: Other General Requirements; Part Iii: Civil Mechanical, Electrical And Sanitary/ Plumbing Works: Part A: Earthworks; Part B: Plain And Reinforced Concrete Works; Part C: Finishing And Other Works; Part D: Electrical Works Approved Budget For The Contract : Php 9,899,637.18 Contract Duration : 140 Cd Cost Of Bidding Document : Php 10,000.00 Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B Up To Aa For Large A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Iv. 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. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 14, 2024 To January 7, 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. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On December 23, 2024 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. 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. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before January 7, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On January 7, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan City. 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. Xii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: December 14-20, 2024 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw014
Department Of Public Works And Highways Tender
Furnitures and Fixtures
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 217.8 K (USD 3.7 K)
Details: Description Lot 1 - C-0113-0374-24 Repair Improvement Of Pabx Room, Ground Floor, Main Building I. Carpentry (ceiling) 1 Metal Furring Channel 0.6m X 19mm X 50mm X 5m 22 Pcs 2 Metal Furring 0.6m X 12mm X 38mm X 5m 10 Pcs 3 W-clip 30 Pcs 4 Wall Angle 0.6m X 25mm X 25mm X 2.4m 10 Pcs 5 Blind Rivets 1/8 ꬾ X 1/2" 1000pcs/box 1 Box 6 1" Black Screw, Pointed, 500pcs/bag 3 Bags 7 9mm Thk. 4' X 8' Gypsum Board 7 Pcs 8 Riveter, Good Quality 1 Set Ii. Painting A. Ceiling 9 Flat Latex, White, Pq 2 Gallon 10 Boral Powder, 25kilos/ Bag 1 Bag 11 No.100 Sanding Paper 2 Meters 12 4" Paint Roller W/ Tray 1 Set 13 2" Paint Brush 1 Pc B. Wall 14 Semi Gloss Latex, White Pq 2 Gal 15 Hanza Yellow, Achre Color 1 Pint C. Roof Deck 16 Thoroseal, Water Proofing 2 Gals 17 4" Paint Brush 2 Pcs 18 Steel Brush W/ Handle 2 Pcs Iii. Fabrication Of Wooden Cabinet A. Carpentry 19 3/4 Thick 4' X 8' Marine Plywood 5 Pcs 20 1/4 Thick 4' X 8' Marine Plywood 2 Pcs 21 1/2" X 1" X 10' Wood Edging 15 Pcs 22 Stickwel Glue 1 Qrt 23 2" X 4" X 6' Kd Good Lumber 3 Pcs 24 2" Finishing Nail 1 Kg 25 1 1/2 " Finishing Nail 1 Kg 26 4" Pull Handle Stainless 5 Pcs 27 Drawer Guide 18" Heavy Duty Hydraulic 2 Sets 28 Heavy Duty Drawer Lock 2 Pcs 29 No. 3 Concealed Hinges 2 Pcs B. Painting 30 Flat Enamel 2 Gals 31 Q.d.e Odorless, Water Base 2 Gals 32 Poly Tuff W/ Hardener 1 Qrt 33 Paint Thinner 2 Gals 34 No. 100 Sand Paper 1 Meter 35 No. 280 Sand Paper 3 Pcs 36 Stopa Rags, 6" 1 Kl 37 2"paint Brush 1 Pc 38 Achre Color Hanza Yellow/bulletin Red 2 Pint Iv. Electrical 39 Emergency Light, Rechargeable Twinhead Led, 230v, 60hz, 2heads (24 X 0.60 Watts, Led), 6v, 4.5ah Sealed Lead Acid Battery, External Safety Fuse And Battery Test Switch 1 Unit 40 Recessed Type Led Panel Light, 18 Watts, Daylight, 230v, 60hz, Square Type 15 Sets 41 Duplex Convenience Outlet, Wide Series Parallel Slot, Universal 16a, 250vac 1 Set 42 3.5 Mm² Thhn Electrical Wire, Stranded, Black 1 Box 43 20mm Dia. Pvc Pipe / 3mtr 10 Pcs 44 20mm Elbow Pipe 6 Pcs 45 20mm Adaptor With Locknuts 35 Pcs 46 Utility Box (pvc) 4" X 2" X 2" 5 Pcs 47 Junction Box (pvc) 4" X 2" X 2" 18 Pcs 48 Flexible Hose 1/2" Pvc 20 Meters 49 Electrical Tape, Big, 8' Black Color 5 Pcs 50 One Gang Switch, Wide Series, Parallel Slot, 230 Vac 1 Set 51 Three Gang Switch, Wide Series, Parallel Slot, 230 Vac 1 Set Subtotal Lot 2 - C-0113-0385-24 Improvement Of Storage And Pantry Area At Icc Building, 5th Fl. Ims A. Carpentry Works: 1 Wall Angle 0.6mm X 25mm X 25mm X 2.4m 7 Pcs 2 Metal Furring 0.6mm X 19mm X 38mm X 5m 30 Pcs 3 Carrying Channel 0.6mm X 19mm X 50mm X 5m 7 Pcs 4 Riveter, Heavy Duty, Good Quality 1 Pc 5 Screw Adapter 1 Pc 6 Drill Bit 1/8" ꬾ 10 Pcs 7 Diamond Tile Cutter, Blade 4" ꬾ 1 Pc 8 W-clip 100 Pcs 9 Hardiflex, 4.5mm Thk X 4' X 8' 14 Pcs 10 1" Black Screw, Pointed, 500pcs/box 1 Box 11 Blind Rivets, 1/8 ꬾ X 1/2, 1,000 Pcs/box 2 Boxes 12 Cutting Disc For Metal 5 Pcs B. Masonry Works: 13 Ceramic Floor Tiles 40 X 40 (approved By The End-user, Colored Texture) 145 Pcs 14 Tile Adhesive 5 Bags 15 Cement 15 Bags 16 Sand Bistay 100 Bags 17 Tile Grout, 2kg/bag 3 Bags 18 Empty Sacks For Debris 50 Pcs 19 Cutting Disc, 4" For Tiles, Good Quality 2 Pcs C. Painting Works: 20 Flat Latex Paint, White, Premium Quality 1 Pail 21 Semi-gloss Latex, White, Premium Quality 1 Pail 22 Acri-color, Raw Sienna 1 Qrt 23 Acri-color, Lamp Black 1 Qrt 24 Paint Roller With Tray, 9" 1 Set 25 Paint Brush, 2" 1 Pc 26 Boral Powder 1 Bag 27 Sanding Paper #100 2 Mtrs 28 Sand Paper #280 Waterproof 12 Pcs D. Supply And Delivery Of Steele Shelve 29 Prepainted Metal Shelve W/ Hole Nut & Washer (see Attached Plan) 4 Sets 1.02mm Thk. (gauge 18) 1m X .40m X 1.80cm Assembled Slotted Metal Rack Heavy Duty Standard (gray) E. Electrical Works 30 Panel Light 18watts, Led, M Daylight, 1800lm, 50,000 Hrs, 230vac, 8 Set 60hz, Square Type 31 Duplex Convenience Outlet, Wide Series Parallel Slot, Universal 16a, 250vac 7 Set 32 3.5mm2 Thhn Electrical Wire,, Stranded, Black 2 Box 33 Pvc Pipe 1/2" (orange) 10 Length 34 Pvc Elbow1/2" (orange) 6 Pcs 35 Flexible Hose 1/2" Pvc 100mtrs/roll 1 Roll 36 Junction Box (pvc) 4" X 4" X 2" Orange 12 Pcs 37 Utility Box (pvc) 4" X 4" X 2" Orange 15 Pcs 38 Three Gang Switch W/ Element 1 Set 39 One Gang Switch W/ Element 1 Set 40 Electrical Tape 8" (big) Black 5 Pcs 41 Emergency Lights Two (2) Led Lamps, 220vac, 60hz, Wall Mounted With 2 Unit Complete Accessories Total Amount (php) Please Specify Total Amount In Words (php) "terms And Conditions : " "1. All Entries Must Be Typewritten Or Legibly Written. " 2. Delivery Period Within 20 Working Days Upon Receipt Of The Approved Funded Purchase Order (p.o). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non- Delivery Without Valid Reason. "3. Warranty Shall Be For A Mininum Of One (1) Year For Equipment And Three (3) Months For Supplies From Date Of Acceptance " By The End-user. "4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. " "5. Philgeps Registration Number And Mayor's Permit Shall Be Attached Upon Submission Of The Quotation. " Dti /sec And Latest Tax Clearance Shall Be Submitted Before The Award Of Purchase Order (p.o.). 6. To Establish Financial Capability, Bidders May Attach/includenin Its Quotation A Commited Line Of Credit (clc) Equivalent To 10% Of The Abc, From A Commercial Or Universal Bank. 7. Bidders Must Qoute For All Of The Items And Shall Submit A Proposal On Each Item And Evaluation And Award Of Contract Will Be Undertaken On A Lump Sum Basis. 8. Any Erasure, Correction Or Alteration Made By The Bidders In Any Of The Items Shall Render The Bid Non-complying, Hence, A Ground For Disqualification. 9. The Dpwh Reserves The Right To Accept Or Reject Any Bid To Annul The Bidding Process, And To Reject " All Bids At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder. " "10. Please Indicate The Brand And Model For Each Items Being Offered. " "medmier G. Malig Assistant Secretary For Technical Services And Information Management Service Chairperson, Bac For Goods "
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.8 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 24b00149 : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room) 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱3,860,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00149: Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room). 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 : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room) Contract Id No. : 24b00149 Location : Claveria, Cagayan Brief Project Description : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Control Room With Scope Of Work Of Extension Of Building, Repainting Of The Exterior And Interior Walls, Installation Of Damaged Window And Doors, Installation Of Roll-up Doors. While The Scope Of Work Of The Quarter Building Is Replacement Of Damaged Roof Framing And Roofing, Replacement Of Damaged Ceiling, Repainting Of The Exterior And Interior Walls And Repair Of Public Comfort Room With Provision Of Pwd Scope Of Works : Other General Requirements • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation) • 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 • Sewer Line Works • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • 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) • Waterproofing, Liquid • (glazed, Unglazed) Tiles • Cement (floor, Plaster) Finish • Painting Works, (masonry/concrete, Steel) • Metal Deck Panel • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm) • Metal Structure Accessories, (sagrods, Cross Bracing & Steel Plates) • Structural Steel (purlins, Railing) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Ventilating System Approved Budget For The Contract (abc) : ₱3,860,000.00 Contract Duration : 60 Calendar Days Inclusive Of 4 Unworkable/rainy Days, 14 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bir - Buildings: Repair. 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. 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 10 - 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 Five Thousand Pesos Only (₱5,000.00). 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 17, 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 Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 10 - 16, 2025 Conspicuous Place (procurement Bulletin Board): January 10 - 16, 2025
Municipality Of Tabango, Leyte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Tabango Invitation To Bid For “early Procurement Activity” Repair/improvement Of Public Swimming Pool Brgy. Poblacion, Tabango, Leyte 1. The Local Government Of Tabango, Leyte, Through The General Fund – 20%edf 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos Only (php 500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/improvement Of Public Swimming Pool At Brgy. Poblacion, Tabango, Leyte 2025-01-24pb. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Description Of Work: Item No. Description Quantity Unit I Clearing, Removal Of Obstruction & Backfill 48 Sq.m. Ii Utility Works (electrical Wiring & Water Lines) 1 Lot Iii Masonry Works 48 Sq.m. Iv Concrete Works 4.80 Cu.m. V Project Billboard 1 L.s. Vi Occupational Safety And Health 1 L.s. 2. The Local Government Of Tabango, Leyte, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 60 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat Of Lgu, Tabango, Leyte And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 17, 2024 – January 3, 2025 From The Office Of The Bac Secretariat In The Amount Five Hundred Pesos (500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Local Government Of Tabango, Leyte Will Not Hold A Pre-bid Conference For This Project. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 6, 2025 At 8:59 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 6, 2025 At 9:00 Am At The Given Address Below Conference Hall 2nd Floor, Municipal Building Of Tabango, Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Of Tabango, Leyte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Klyte Faye C. Veloso Bac Secretariat Lgu- Tabango, Leyte 551-9020 Sgd. Ron A. Costelo Bac-chairperson Lgu-tabango, Leyte
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 9.9 Million (USD 170.3 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 24b00148 : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospitals - Pnp Regional Hospital - Camp Adduru,pnp Regional Command - 02, Tuguegarao City, Cagayan 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱9,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00148: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospitals - Pnp Regional Hospital - Camp Adduru,pnp Regional Command - 02, Tuguegarao City, Cagayan. 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): Other Health Care Facilities - Military Hospitals - Pnp Regional Hospital - Camp Adduru,pnp Regional Command - 02, Tuguegarao City, Cagayan Contract Id No. : 24b00148 Location : Tuguegarao City, Cagayan Brief Project Description : Construction Of Primary Clinical Laboratory (military Hospital Extension), Renovation Of Existing Military Hospital (basement And Ground Floor) 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) • 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 • Wall • Steel Doors And Frames • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (sliding, Casement, Awning & Fixed) Type • Doors, Wood Panel • Special Performance Glass Or Processed Glass - (10mm Thk, Lead Glass) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge,hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Built-up And Preformed Membrane • (unglazed, Granite, Vinyl) Tiles • Stamped Concrete • Cement (plaster) Finish • Non -slip Finish • Painting Works, (masonry/concrete, Steel) • Metal Deck Panel • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100mm & 150mm) • Louver Block • Metal Structure Accessories, (bolts And Rods, Turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel (purlins & Railings) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Exhaust Fan, Ceiling Mounted • Ventilating System Approved Budget For The Contract (abc) : ₱9,950,000.00 Contract Duration : 99 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. 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 December 27, 2024 - January 16, 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 03, 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 16, 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 16, 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: December 27, 2024 - January 02, 2025 Conspicuous Place (procurement Bulletin Board): December 27, 2024 - January 02, 2025
CALANGAG ELEMENTARY SCHOOL SIATON, NEGROS ORIENTAL Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 504.6 K (USD 8.6 K)
Details: Description Quantity Unit Of Issue Item Description Stock No. General Requirements 3 Lot Mobilization/ Temporary Structures, Utilities And Services/demobilization/standard Billboard/material Testing 3 Lot Safety And Health 3 Lot Hauling Cost Sub-total Two Seater Toilet Earthworks 1.00 28.17 Sq.m Clearing And Grubbing 1.01 11.16 Cu.m Structural Excavation 1.02 11.1 Cu.m Backfilling And Compaction 1.03 2.01 Cu.m Gravel Bedding G-1 1.04 2.82 Cu.m Select Fill 1.06 28.17 Sq.m Soil Poisoning 1.05 Sub-total Concreting Works 2.00 7.17 Cu.m Wall Footing 66 Bag Portland Cement 2.01 7.5 Cu.m Crushed Gravel 1" 2.05 3.75 Cu.m Washed Sand 2.03 2.1 Cu.m Column 21 Bag Portland Cement 2.01 2.25 Cu.m Crushed Gravel 3/4" 2.02 1.5 Cu.m Washed Sand 2.03 1.08 Cu.m Beams 12 Bag Portland Cement 2.01 1.5 Cu.m Crushed Gravel 3/4" 2.02 0.75 Cu.m Washed Sand 2.03 2.85 Cu.m Slab On Grade 27 Bag Portland Cement 2.01 3 Cu.m Crushed Gravel 1" 2.05 1.5 Cu.m Washed Sand 2.03 0.51 Cu.m Handwashing 6 Bag Portland Cement 2.01 0.75 Cu.m Crushed Gravel 3/4" 2.02 0.75 Cu.m Washed Sand 2.03 Sub-total Rebar Works 3.00 268.5 Kg Wall Footing 301.29 Kg Column 120.42 Kg Beam 108.81 Kg Slab On Grade 19.83 Kg Handwashing 818.82 Kg Deformed Round Bars, Grade 40 3.01 18 Kg G.i. Tie Wire 3.02 Sub-total Formworks 4.00 41.76 Sq.m Column 213.3 Bd.ft Coco Lumber 4.01 6 Pc Plywood Ordinary, 1/4" X 4' X 8' 4.02 3 Kg Cwn, Assorted 4.04 9.99 Sq.m Beams 51.3 Bd.ft Coco Lumber 4.01 3 Pc Plywood Ordinary, 1/4" X 4' X 8' 4.02 3 Kg Cwn, Assorted 4.04 5.16 Sq.m Handwashing 27 Bd.ft Coco Lumber 4.01 3 Pc Plywood Ordinary, 1/4" X 4' X 8' 4.02 3 Kg Cwn, Assorted 4.04 Sub-total Masonry Works 5.00 72.33 Sq.m Masonry Wall 906 Pc Chb 6" Thk 5.05 24 Bag Portland Cement 5.02 6 Cu.m Washed Sand 5.03 96 Kg 10mm X 6m Rsb 5.06 3 Kg G.i. Tie Wire 5.07 144.63 Sq.m Plastering 45 Bag Portland Cement 5.02 6 Cu.m Washed Sand 5.03 Sub-total Doors And Windows 6.00 D-3 Flush Door 0.70 X 2.10 On 150 Mm 6 Set Wooden Jamb Complete With Accessories 6.05 Sub-total Steel Works 7.00 272.13 Kg Lc 75 X 38 X 15 X 2.0mm 7.03 27.9 Kg L 50 X 50 X 6mm 7.14 6 Pc B.i. Pipe 75mmø Sch 40 7.37 6 Pc Tubular 50mm X 100mm X 1.5mm 7.29 15 Pc 50mm X 75mm X 1.2mm Tubular Pipe 6 Kg D12mm Rsb (grade 40) 0.45 Pc Steel Plate 1.20m X 2.40m X 6mm 7.27 12 Pc Anchor Bolt With Nuts And Washers, 12mmø X 50mm X 300mm 7.34 24 Pc Anchor Bolt With Nuts And Washers, 16mmø X 100mm 7.33 159 Pc 10mmø Bolt With Nuts And Washers 7.35 9 Kg Welding Rod 7.46 Sub-total Roofing Works 8.00 25.65 M Long-span Roofing, Corrugated, Pre-painted, 220mm X 0.4mm Thk 8.16 6 Pc Flashing Ga 26, 24"x28' 8.13 207 Pc Teckscrew 2-1/2" 8.35 6 L Roof Sealant 8.36 19.89 Sq.m Polycarbonate Sheets Twin Wall 6mm Thick Including Accessories 8.16 Sub-total Carpentry Works 9.00 19.05 Sq.m Ceiling 84 Bd.ft Rough Lumber, Sun Dried, Tanguile 9.13 9 Pc Plywood, Marine 1/4" X 4' X 8' 9.06 3 Kg Finishing Nails 9.22 3 Kg Common Wire Nails 9.23 12 Pc Fascia Board, Fiber Cement 10" X 12" 9.19 3 Pc Ceiling Vent 1" X 12" X 4' With Screen 9.15 Sub-total Electrical Works 10.00 Roughing-ins 15 Pc Electrical Conduit Upvc, 15mmø 10.01 3 Pc Junction Box, 4" X 4" G.i. 10.16 6 Pc Utility Box, 2" X 4" G.i. 10.17 0 Wires & Fixtures 144 M 3.5 Mm2 Thw Wire, Stranded 10.11 9 Pc Single Switch With Plate 10.23 9 Pc Ceiling Receptacle 3-1/2"ø 10.33 9 Set Incandescent Bulb 50w 10.53 3 Pc Electrical Tape 10.58 Sub-total Plumbing Works 11.00 6 Set Water Closet 1.6gpf With Accessories 11.62 6 Set Water Closet Flange 11.61 9 Pc Faucet, Plain Bibb, Brass 1/2"ø 11.59 15 Pc S.s Floor Drain 4' X 4" 11.65 3 Set S.s Grab Rail 1-1/2"ø 11.68 3 Pc Gate Valve, 1/2"ø 11.44 15 Pc Pp-r Pipe 1/2"ø 11.06 15 Pc Pp-r Elbow 90o X 1/2"ø 11.21 9 Pc Pp-r Tee, 1/2"ø 11.15 3 Pc Pp-r Coupting Reducer, 1/2" X 3/4" Ø 11.24 15 Pc Pp-r Adaptor Female Thread 1/2"ø 11.77 3 Roll Teflon Tape 11.66 Sub-total Sanitary Works 12.00 6 Pc Upvc Sanitary Pipe 4"ø 12.09 15 Pc Upvc Sanitary Pipe 2"ø 12.07 9 Pc Upvc Elbow 90o X 2"ø 12.11 9 Pc Upvc Tee 2" X 2" 12.17 9 Pc Upvc Elbow 90o X 4"ø 12.13 15 Pc Upvc P-trap 2" 12.30 3 Can Brass Cleanout 4" X 4" 12.28 3 Lot Pvc Cement 12.33 3 Septic Vault (1.50 M X 2.00 M X 1.80 M) Sub-total Painting Works 13.00 102.33 Sq.m Concrete Surfaces 1.5 Gal Neutralizer 13.18 3 Gal Latex, Flat 13.01 3 Gal Latex, Semi Gloss 13.02 3 Qrt Acri Color 13.20 59.37 Sq.m Wood Surfaces 1.5 Gal Enamel, Flatwall 13.04 1.5 Gal Enamel, Semi Gloss 13.05 1.5 Gal Paint Thinner 13.16 Sub-total Tile Works 14.00 42.3 Sq.m Wall 1092 Pc Glazed Wall Tiles 20cm X 20 Cm 14.04 9 Bag Tile Adhesive 25 Kg/bag 14.16 12 Pc Tile Tnm 6mm 14.13 6 Bag Tile Grout 5 Kg/bag 14.15 11.25 Sq.m Flooring 291 Pc Unglazed Floor Tiles 20cm X 20cm 14.01 3 Bag Tile Adhesive 25 Kg/bag 14.16 3 Bag Tile Grout 5kg/bag 14.15 7.5 Sq.m Handwashing 195 Pc Unglazed Floor Tiles 20cm X 20cm 14.01 3 Bag Tile Adhesive 25 Kg/bag 14.16 3 Bag Tile Grout 5kg/bag 14.15 Sub-total
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 9.9 Million (USD 169.6 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 24b00135 (re-avertisement) : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱9,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00135: Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital. 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 : Doh - Fy 2024 Health Care Facilities Enhancement Program (hfep): Other Health Care Facilities - Military Hospital Camp Melchor F. Dela Cruz Station Hospital Contract Id No. : 24b00135 Location : Barangay Upi, Gamu, Isabela Brief Project Description : Construction Of Camp Melchor F. Dela Cruz Station Hospital: Structural Works (removal Of Trees, Excavation, Embankment, Grave Fill, Steel 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, Painting Works, Ceiling Works, Waterproofing, Tile Works, Stainless Steel Railing, Doors And Windows) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Trees (furnishing And Transplanting) • Individual Removal Of Trees 150 Mm - 300 Mm Dia. • 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 Vault (chb/ Concrete) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Carpentry And Joinery Works • Finishing Hardware • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (sliding, Awning & Fixed) Type • Doors, (wood Panel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (flashing) • Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing Cement-base • Unglazed Tiles • Granite Tiles • Vinyl Tiles (anti-bacterial) • Floor Finishes • Non -slip Finish • Cement Plaster Finish • Painting Works, (masonry/concrete & Steel) • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Bolts And Rods, Sagrods, Cross Bracing & Steel Plates) • Structural Steel • 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 • Generator Single Or Three Phase Stand-by • Lighting Fixtures • Pole Mounted Power Transformer (oisc) With Complete Accessories, Single Or Three Phase, Pole Type Or Flatform • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Fire Alarm System Approved Budget For The Contract (abc) : ₱9,950,000.00 Contract Duration : 99 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. 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
BARANGAY SAGRADA, PILI, CAMARINES SUR Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 650.8 K (USD 11 K)
Details: Description Republic Of The Philippines Office Of The Punong Barangay Sagrada, Pili, Camarines Sur Bids And Awards Committee Contact No. +639857600284 Sagrada, Pili, Camarines Sur 4418 Invitation To Bid Construction Of Emergency Response Center The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Six Hundred Fifty Thousand Eight Hundred Eighty Five Pesos (p650,885.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Construction Of Emergency Response Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Sagrada, Pili Camarines Sur Now Invites Bids For The The Construction Of Emergency Response Center Is Required Ninety (90) Days. Bidders Should Have Completed, Within 2 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 Section Ii Instructions To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders On January 21, 2025 To February 10, 2025 At 8:00 Am. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p1,000.00) Only. Bid Must Be Delivered To The Address Below On Or Before February 10, 2025 At 8:00 Am. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 10, 2025 10:00 A.m. At The Session Hall, Barangay Sagrada, Pili, Camarines 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. The Local Government Unit Of Sagrada, Pili, Camarines Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Part I. General Requirements B.5 Project Billboard/signboard Est. Qty. : 1 Each A. Labor 1 Construction Foreman 1 Skilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 64 Sq.ft. Tarpauline (with Coa Format) 2 Pcs. 1/4" Marine Plywood 12 Pcs. 2" X 3" X 12' Coco Lumber 8 Pcs. 2" X 2" X 12' Coco Lumber 1 Kg. Assorted Cw Nails B.9 Mobilization/demobilization Est. Qty. : 1 L.s. 1 Lot Lump Sum Part Ii. Civil, Electrical, & Sanitary/plumbing Works A. Earthworks 801(1) Removal Of Structures And Obstruction Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 9 M3 A. Labor 1 Construction Foreman 3 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 2.00 M3 A. Labor 1 Construction Foreman 1 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 1 M3 Boulder (apple Size) 1 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 12.11 M3 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment 1 Unit Concrete Vibrator 1 Unit 1-bagger Mixer Minor Tools ( 10 % Of Labor) C. Materials 13 M3 G 3/4 "crushed Gravel 7 M3 Albay Sand 109 Bags Portland Cement 12 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 1,227.47 Kgs. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 70 Pcs. 10mm Ø Rsb 35 Pcs. 12mm Ø Rsb 52 Pcs. 16mm Ø Rsb 88 Pcs. 9mm Ø Rsb 25 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 1 Unskilled Laborer B. Equipment 2 Sets H-frame 1.7m X 1.2m, Set 2 Pcs H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins Minor Tools ( 10 % Of Labor) C. Materials 15 Pcs. 1/4" Marine Plywood 1,000 Bd.ft. Coco Lumber Consumables ( 5 % Of Material Cost) C. Finishing And Other Civil Works C.1. Fabricated Materials 1006(6) Steel Doors & Frame Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D1 - Steel Grille Door (installed) (see Plan For Details) 1 Set Sd1 - Sliding Steel Door (installed) (see Plan For Details) 1010(2)b Wood Panel Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - Wood Panel Door With Door Jamb, Lever Type Stainless Steel Door Know $ Accessories (installed) (see Plan For Details) 1008(2) Aluminum Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 6 Sets W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1009(2) Jalousie Window Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W2- Tinted Glass Jalousie Window Blades On Anolok Alum. Framing (jalou Plus)(installed) (see Plan For Details) C.2. Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling Est. Qty. 14.62 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 17 Pcs. Double Metal Furring 6 Pcs. Carrying Channel 15 Pcs. Hanger Bars/rod 88 Pcs. Wall Clip 4 Pcs. Wall Angle 1 Box Blind Rivet (500pcs/box) 59 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Counter Cabinet W/ Overhead Cabinet C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 43.39 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 565 Pcs. 100 Mm Thk Chb (non-load Bearing) 23 Bags Portland Cement 2 M3 Albay Sand 38 Pcs. 10mm Ø Rsb 5 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 136.45 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 46 Bags Portland Cement 4 M3 Albay Sand 1018(1) Glazed Tiles Est. Qty. 12.90 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 85 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 1.80 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 12 Pcs. 400 X 400 Ceramic Unglazed Floor Tiles 1 Bags Portland Cement 1 M3 Albay Sand 1 Bags Tile Grout (2kg.) Consumables ( 5 % Of Material Cost) C.5. Paint Works 1032(1)a Painting Works (masonry Painting) Est. Qty. 136.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 3 Gal. Concrete Neutralizer 6 Gal. Concrete Sealer/primer 7 Gal. Patching Compound 7 Bags Skim Coat 3 Pail Semi-gloss Paint Consumables ( 5 % Of Material Cost) 1032(1)c Painting Works (metal Painting) Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Gal. Red Oxide Primer 4 Gal. Enamel Paint 2 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1001(9) Storm Drainage & Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 4 Pcs. 3"ø X 10" Pvc Pipe 6 Pcs. 3"ø X 45° Pvc Elbow 2 Pcs. 3"ø X 90° Pvc Elbow 6 Pcs. 3"ø Pipe Straps And Accessories 2 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 18 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 5 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 8 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 10 Pcs. Utility Box Gauge #16, Deep Type (50mm X 101mm X 53mm) Consumables ( 5 % Of Material Cost) 1101(33) Wires And Wiring Devices Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 40 M. 2.0mm² Thhn Wires, Stranded 30 M. 3.5mm² Thhn Wires, Stranded 20 M. 5.5mm² Thhn Wires, Stranded 2 Sets 2-gang Switch With Plate 2 Sets 3-gang Switch With Plate 8 Pcs. Duplex Convenience Outlet, Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 40 At, 2p, 230v Circuit Breaker 1 Set 20 At, 2p, 230v Circuit Breaker 1 Set 15 At, 2p, 230v Circuit Breaker 1 Set 4-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 3 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 4 Sets Pinlights, 11 Watts, Dl 2 Sets Emergency Lights Pre-bid - January 28, 2025, 1:00pm Bid Evaluation - February 12, 2025 Post-qualification - February 14, 2025 Notice Of Award - February 17, 2025 Notice To Proceed - February 20, 2025 For Further Information, Please Refer To: Abel B. Hernandez Bac Chairman/ Brgy. Kagawad Lgu-sagrada, Pili, Camarines Sur +639857600284
BARANGAY BANTAGAN, TANAUAN, LEYTE Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)
Details: Description I. Structural Concrete For Column And Beam Ii. Removal Of Structures And Obstruction Iii. Reinforcing Steel Of Reinforced Concrete Structures Iv. Formworks And Falseworks V. Carpentry And Joinery Works Vi. 6mm Marine Plywood On Metal Frame Ceiling Vii. Aluminum Glass Window (sliding Type) Viii. Wooden Panel Door Ix. Pre-painted Metal Sheets X. Glazed Tiles And Trims Xi. Cement Plaster Finish Xii. Painting Works (masonry Painting) Xiii. Painting Works (wood Painting) Xiv. Painting Works (metal Painting) Xv. 100mm Chb Non Load/load Bearing (including Reinforcing Steel) Xvi. Structural Steel Roof Framing And Truss Xvii. Structural Steel Purlins Xviii. Metal Structure Accessories (railings) Xix. Electrical Works 1. Barangay Bantagan, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Construction/improvement Of Sk Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than January 22, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On January 22, 2025. 5. Barangay Bantagan, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Bantagan, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Jerom T. Yepes Barangay Sk Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Bantagan, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Bantagan, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p800,000.00);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On January 22, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Jerom T. Yepes Barangay Sk Chairman
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 64.5 Million (USD 1.1 Million)
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 24b00127 (re-advertisement) : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao 1. The Dpwh Regional Office Ii, Through The 2024 Ps-dbm Revolving Fund Intends To Apply The Sum Of ₱64,525,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00127: Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao. 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 : Construction Of Two - Storey Building For Procurement Service: Department Of Budget And Management (ps-dbm) Regional Depot - Tuguegarao Contract Id No. : 24b00127 Location : Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Brief Project Description : Ps-dbm Building, Generator Set With Generator Set House And Concrete Pavement, Building = 23.0 X 33.8 Meters Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarters Building For The Engineer • Provision Of Furniture /fixtures Equipment & Appliances For The Field Office Of The Engineer Other General Requirements • Permits And Clearances • Project Billboard/signboard (dpwh, Coa, Denr) • Occupational Safety And Health Program • Traffic Management • Mobilization/demobilization • Additional Geotechnical Investigation Earthworks • Trees (furnishing And Transplanting) • Clearing And Grubbing • Removal Of Trees • Structure Excavation • Embankment (from Structure Excavation And Borrow) • Gravel Fill Subbase And Base Preparation • Aggregate Subbase Course Surface Courses • Pccp, 0.15m Thick, 14-day Concrete Plain And Reinforced Concrete Works • Structural Concrete, (3000 & 4000) Psi, Class A, 28 Days • Lean Concrete • Reinforcing Steel Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Ceiling, Metal Frame, Gypsum Board • Aluminum Metal Cladding • Modular Partition • Louver Window • Flush Door • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning, Fixed) Type • Frames (jambs, Sills, Head, Transoms And Mullions) • Doors, (flush, Wood Panel) • Roll-up Doors • Waterproofing, Liquid • Built-up And Preformed Membrane • Canopy Drain With Strainer • Unglazed Tiles • Cement (floor, Plaster) Finish • Stucco Finish • Painting Works, (masonry/concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel), (100 & 150) Mm • Louver Block • Metal Structure Accessories • Metal Railing (steel) • Sanitary/plumbing Fixtures • Cold Water Lines • Sewer Line Works • Storm Drainage And Downspout Electrical Works • Rigid Steel Conduit • Rigid Polyvinyl Chloride Pipes (pvc/upvc) • Boxes/wire Gutter • Fittings And Accessories • Electric Wire • Single Pole Wall Switch On One Switch Plate • Duplex (2 Single Pole Wall Switches On One Switch Plate) • Triplex (3 Single Pole Wall Switches On One Switch Plate) • Three-way Switch • Single Convenience Outlet/receptacle, Grounding Type (gt) • Duplex Convenience Outlets/receptacles (gt) • Pop-up Type/floor Duplex Convenience Outlet/receptacle (gt) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Pad Mounted Distribution Transformer (oisc) With Complete Accessories • Generator (single Or Three Phase - Standby) • Lighting Fixtures Electronic Works • Network Cabling • Cctv System • Network Video Recorder • Lcd, Led Monitor • Door Access And Card Reader System • Public Address System • System Management Amplifier • Remote Microphone • Ceiling Speaker • Wall Mount Speaker • Wires/cables • Fire Alarm System • Smoke Detector With Base • Heat Detector With Base • Fire Alarm Control Panel • Manual Pull Station Switch • Back-up Battery Pack Mechanical Works • Ventilating Equipment • Exhaust Fan (ceiling Cassette, Wall Mounted, Wall Mounted, Industrial Type) • Booster Pump With Control • Water Tank (stainless) • Fire Department Connections For Wet And Dry Type System • Air Conditioning System (vrf/vrv) • Service Elevator Approved Budget For The Contract (abc) : ₱64,525,000.00 Contract Duration : 243 Calendar Days Inclusive Of 16 Unworkable/rainy Days, 47 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 Medium A. 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 Fifty Thousand Pesos Only (₱50,000.00). 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
3821-3830 of 3868 archived Tenders