Electrical Work Tenders
Electrical Work Tenders
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Three Hundred Seventy-one Thousand Nine Hundred Eighty- Seven Pesos And Forty-eight Centavos (php 49,371,987.48) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-31-25 Name Of Project : Warat Spip Phase 3 Location : Piat, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Warat Spip Phase 3, Piat, Cagayan Approved Budget For The Contract : Php 49,371,987.48 Slcc (atleast To 50% Of Abc) Php 24,685,993.74 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. 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, Instruction To Bidders (itb). 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 – Cagayan-batanes 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 December 23, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 03, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 15, 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 15, 2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 23, 2024 To January 14, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes 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. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 20, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
Closing Date6 Jan 2025
Tender AmountPHP 49.3 Million (USD 850.7 K)
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Four Hundred Twenty-seven Thousand Sixty-one Pesos And Fifty-one Centavos (php49,427,061.51) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-32-25 Name Of Project : Various Spip 9 Location : Piat, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Minanga Spip, Villa Rey Spip, And Villa Reyno Spip, Piat, Cagayan Approved Budget For The Contract : Php 49,427,061.51 Slcc (atleast To 50% Of Abc) Php 24,713,530.76 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. 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, Instruction To Bidders (itb). 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 – Cagayan-batanes 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 December 28, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 10, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 22 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 22,2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 28, 2024 To January 21, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes 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. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 27, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
Closing Date13 Jan 2025
Tender AmountPHP 49.4 Million (USD 846.2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aklan District Engineering Office Region Vi Toting Reyes St., Kalibo, Aklan Invitation To Bid For Contract Id No.: 25ga0097 Contract Name: Completion Of Multi-purpose Building, Barangay Pusiw, Numancia, Aklan 1. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 1,980,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25ga0097 – Completion Of Multi-purpose Building, Barangay Pusiw, Numancia, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Completion Of Multi-purpose Building Contract Id No. : 25ga0097 Locations : Barangay Pusiw, Numancia, Aklan Scope Of Works : Construction (completion) Of Multi-purpose Building: Constuction Of 2 Units Of Column And Footing, Replacement Of Beams, Construction Of Stairs With Railings, One (1) Unit Of Comfort Room, Plastering And Painting Works, Installation Of Ceiling, Doors And Windows, Sanitary/plumbing Works And Electrical Works. Approved Budget For The Contract : P 1,980,000.00 Contract Duration : 90 Calendar Days 3. 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. 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 Enrol In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) C. Letter Of Intent (for Foreign Funded Projects) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan And Inspect The Bidding Documents At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan During Weekdays From 8:00 A.m To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 – February 18, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Will Hold A Pre-bid Conference On February 5, 2025 At 10:00 A.m At Bac Conference Room, Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_aklan@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 18, 2025 Immediately After The Deadline Of The Submission Of Bids At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan. 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. 12. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan 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. 13. For Further Information, Please Refer To: Maria Paula P. Garcia-custodio Oic – Procurement Unit (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph Ernan I. Bañes Bac Chairperson (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph
Closing Date18 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.2 K)
Department Of Agriculture Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (column, Pedestal Column And Roof Beam); Structural Concrete (pedestal Column Footing, Bin Footing, Wall Footing And Slab On Fill) Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Ceiling (4.5mm Fiber Cement); Part E. Door And Window: Jalousie Window (glass); Frames (jamb); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (anchor Bolts); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascial Framing); Part I. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll, Hip Roll, Valley Roll And End Flashing); Part J. Painting Works: Painting Works (masonry Painting); Painting Works (metal Painting); Part K. Electrical Works: Conduits, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures And Lamps; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Espenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Brgy. Upper Cabangcalan, Lazi, Siquijor. Completion Of The Works Is Required Within Seventy-eight (78) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Leased Bar Cutter; One (1) Leased Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two(2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer . Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.2 K)
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Two Hundred Sixty-nine Thousand Four Hundred Forty-eight Pesos And Thirty-six Centavos (php 49,269,448.36) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-30-25 Name Of Project : Various Spip 5 Location : Sanchez Mira, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Bangan Spip, Nagrangtayan Spip, And Gammaru Spip, Sanchez Mira, Cagayan Approved Budget For The Contract : Php 49,269,448.36 Slcc (atleast To 50% Of Abc) Php 24,634,724.18 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. 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, Instruction To Bidders (itb). 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 – Cagayan-batanes 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 December 23, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 03, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 15, 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 15, 2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 23, 2024 To January 14, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes 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. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 20, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
Closing Date6 Jan 2025
Tender AmountPHP 49.2 Million (USD 848.9 K)
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Four Hundred Fifty-two Thousand One Hundred Sixty-five Pesos And Thirty Centavos (php49,452,165.30) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-33-25 Name Of Project : Liwan Spip Location : Enrile, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Liwan Norte Spip(1 Unit), Liwan Sur Spip(2 Units), Enrile, Cagayan Approved Budget For The Contract : Php 49,452,165.30 Slcc (atleast To 50% Of Abc) Php 24,726,082.65 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. 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, Instruction To Bidders (itb). 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 – Cagayan-batanes 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 December 28, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 10, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 22 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 22,2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 28, 2024 To January 21, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes 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. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 27, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
Closing Date13 Jan 2025
Tender AmountPHP 49.4 Million (USD 846.6 K)
Municipality Of Sibunag, Guimaras Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-010 – Construction Of Naoway Day Care Center The Municipality Of Sibunag Through The 2025 20% Df (construction Of Naoway Day Care Center) Intends To Apply The Sum Of One Hundred Thousand Pesos (p2,00,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-010 – Construction Of Naoway Day Care Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-010 - Construction Of Naoway Day Care Center Bids Delivery Of The Infra Is Required Within One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Within Ten (10) 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. 2. 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”. 3. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 22 To February 06, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00). 6. The Municipality Of Sibunag Will Hold A Pre-bid Conference On January 30, 2025, 1:00 Pm At Assessor’s Office, Ground Floor, Sibunag Municipal Hall Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of February 06, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On 1:15 Pm Of February 06, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. 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. 9. The Municipality Of Sibunag 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. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairpersonbac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Construction Of Naoway Day Care Center Project Location: Sitio Naoway, Brgy. San Isidro, Sibunag, Guimaras Date/time Of Bidding: February 06, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost I. Clearing & Lay-out Lm. 24.00 Ii. Structure Excavation Cu.m. 18.97 Iii. Termite Control Work Lot 1.00 Iv. Embankment Cu.m. 49.15 V. Reinforced Concrete A. Column Cu.m. 1.62 B. Roof Beam Cu.m. 7.82 C. Lintel Beam Cu.m. 0.39 D. Cantilever Beam Cu.m. 4.78 E. Concrete Roof Slab Cu.m. 11.33 F. Slab On Fill Cu.m. 6.06 G. Countertop With Sink And Handwashing Counter Cu.m. 3.11 Vi Forms And Scaffoldings Cu.m. 399.12 Vii Masonry Works Sq.m. 43.44 Viii Cement Plaster Finish (t=0.02) Sq.m. 195.66 Ix Windows W/ Grills Sq.m. 15.84 X Doors Sq.m. 5.94 Xi Plumbing A. Water Supply Pipes & Fittings, Fixture And Accessories Lot 1.00 B. Installation Of Soil, Waste, Drain And Vent Pipes Lot 1.00 C. Septic Tank Lot 1.00 C. Rain Collector W/ Concrete Stand Lot 1.00 Xii Tile Works Sq.m. 72.42 Xiii Painting Works Sq.m. 151.06 Xiv Fencing Works L.m. 17.50 Xv Playground Lot 1.00 Xvi Amenties Lot 1.00 Xvii Hauling Lot 150.00 Xviii Technical Supervision Md 1.00 Spl-1 Indirect Cost Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Words, Which Shall Be: 2025-010 – Construction Of Naoway Day Care Center 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Construction Foreman Skilled Mason Skilled Carpenter Skilled Electrician Skilled Welder Skilled Painter Unskilled Laborer Key Personnel General Experience Relevant Experience Building Construction Within 5years Of Experience Electrical Works Within 5years Of Experience 10.5 The Minimum Equipment Requirements Are The Following: Welding Machine Electric Drill Electric Sander Bar Cutter 1 Bagger Concrete Mixer Equipment Capacity Number Of Unit At Least 1 Unit 12 [insert Valve Engineering Clause If Allowed] N/a 15.1 The Bid Securing Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P40,000.00(2%) Of P______if Bid Securing Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit: B. The Amount Of Not Less Than P100,000.00 (5%) Of P_________if Bid Security Is In Surety Bond. 20.3 Each Bidder Shall Submit [one (1)] Original And [two (2)] Copies Of The First And Second Components Of Its Bid. 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.
Closing Date6 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aklan District Engineering Office Region Vi Toting Reyes St., Kalibo, Aklan Invitation To Bid For Contract Id No.: 25ga0118 Contract Name: Construction/completion Of Multi-purpose Building, Barangay Cabatanga, Makato, Aklan 1. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25ga0118 – Construction/completion Of Multi-purpose Building, Barangay Cabatanga, Makato, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction/completion Of Multi-purpose Building Contract Id No. : 25ga0118 Locations : Barangay Cabatanga, Makato, Aklan Scope Of Works : Construction Of Stage With Lined Canal And Railings, Fully Painted And With Electrical Works. Construction Of 3-tier Bleachers With 7 Units Of Column And Footing, 6 Units Of Roof Beam And Intermediate Beam, Roofing Equivalent To 61 Sq.m. Of Prepainted Metal Sheets With Rectangle Tubular Truss, Gutter, Flashing, Plastering, Painting Works And Downspout. Embankment Of 0.70 M For Grid A-b And 0.20 M For Grid B-g. Approved Budget For The Contract : P 2,970,000.00 Contract Duration : 120 Calendar Days 3. 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. 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 Enrol In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) C. Letter Of Intent (for Foreign Funded Projects) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan And Inspect The Bidding Documents At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan During Weekdays From 8:00 A.m To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 – February 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Will Hold A Pre-bid Conference On February 7, 2025 At 10:00 A.m At Bac Conference Room, Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_aklan@dpwh.gov.ph For Electronic Submission On Or Before February 20, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 20, 2025 Immediately After The Deadline Of The Submission Of Bids At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan. 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. 12. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan 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. 13. For Further Information, Please Refer To: Maria Paula P. Garcia-custodio Oic – Procurement Unit (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph Ernan I. Bañes Bac Chairperson (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph
Closing Date20 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.3 K)
Department Of Education Division Of Lanao Del Norte Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Item No Item & Description Qty Unit Abc/unit Price Unit Price Lot 1 Earthworks Staking And Layout 2 Day 600.00 Site Clearing 2 Day 500.00 Excavation 5 Day 500.00 Backfill 25 Cu.m. 450.00 Gravel Base 12 Cu.m. 1500.00 Concrete Works (pathway Slab) Portland Cement (type I), 40kg/bag 28 Bags 250.00 Washed Sand (0.50/cu.m.of Gravel) 3.5 Cu.m. 2,000.00 Gravel 3/4” 6.7 Cu.m. 2,000.00 Corrugated Bars 10mm 25 Pcs 165.00 Masonry Works 4" Chb 400 Pcs. 130.00 Portland Cement (type I), 40kg/bag 15 Bags 250.00 Washed Sand (0.50/cu.m.of Gravel) 1.8 Cu.m. 2,000.00 10mm. Dia.x 6.0 M. 25 Lgths. 1,350.00 # 16 Gi Tie Wires 10 Kls 180.00 Plastering Materials: Portland Cement (type I), 40kg/bag 20 Bags 250.00 Washed Sand (0.50/cu.m.of Gravel) 1.2 Cu.m. 2,000.00 Finishing Works Painting: Latex Paint For Box/rotunda 7 Gals 850.00 Paint Brush 3" 3 Pcs 65.00 Paint Brush 2" 4 Pcs 42.80 Roller Paint Brush 8" 3 Pcs 90.00 Electrical And Lighting Works 5w Outdoor Spot Garden Led Light 10 Pcs 400.00 Solar Lamp 4 Pcs 2,650.00 Solar Lamp Post 2.5mm/10m 4 Pcs 7,150.00 Landscaping Garden Rocks 10 Pcs 2,150.00 Varied Landscape Plants 80 Pcs 120.00 Outdoor Gravel Stones 30 Cu.m. 1,500.00 Outdoor Fountain Package(plumbing, Electrical, Etc) 1 Pcs 50,000.00 Total Labor Cost 158,413.79 Total Price: 499,999.99
Closing Date14 Feb 2025
Tender AmountPHP 499.9 K (USD 8.6 K)
Municipality Of Sinait, Ilocos Sur Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Part Ii Other General Requirements B.5 Project Billboard/signboard B.7(2) Occupational Safety & Health Program B.9 Mobilization/demobilization Part Iii Civil,mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment From Borrow 804(4) Gravel Fill Part B Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a Reinforcing Steel (deformed), Grade 40 902(1)b Reinforcing Steel (deformed), Grade 60 903(2) Formworks And Falsework Part C Finishing C.1 Masonry Works 1046(2)a2 Chb Non-load Bearing Wall (including Reinforcing Steel) 125mm C.3 Painting Works 1032(1)c Painting Works (steel) 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) C.4 Roof Framing And Roofing Works 1014(1)b1 Prepainted Metal Sheets (long Span, 0.50mm Thk) 1047(2)a Structural Steel, Trusses 1047(2)b Structural Steel, Purlins C.5 Ceiling Works 1003(1)a1 Ceiling (fiber Cement Board On Metal Frame) C.6 Finishing Works 1027(1) Cement Plaster Finish 1021(1)c Cement Floor Finish (with Floor Hardener) C.7 Wooden Doors And Windows 1010(4) Wooden Doors And Windows 1004(2) Finishing Hardware Part D Electrical 1100(10) Conduit, Boxes, And Fittings 1101(33) Wires And Wiring Devices 1102(1) Panel Board With Main & Branch Breakers
Closing Date13 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.8 K)
7191-7200 of 7371 archived Tenders