Electrical Work Tenders
Electrical Work Tenders
Municipality Of Tabango, Leyte Tender
Civil And Construction...+1Civil Works Others
Philippines
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
Closing Date6 Jan 2025
Tender AmountPHP 500 K (USD 8.6 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 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
Closing Date16 Jan 2025
Tender AmountPHP 9.9 Million (USD 170.3 K)
CALANGAG ELEMENTARY SCHOOL SIATON, NEGROS ORIENTAL Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
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
Closing Date27 Jan 2025
Tender AmountPHP 504.6 K (USD 8.6 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
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 24b00144 (re-advertisement) : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00144: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center Contract Id No. : 24b00144 Location : Saguday, Quirino Brief Project Description : Construction Of Saguday Super Health Center: Structural Works (excavation, Embankment, Gravel Fill, Steelworks, Structural Concrete), Plumbing Works (construction Of Catch Basin, Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering Interior Wall And Ceiling Painting Works, Ceiling Works, Waterproofing, Tile Works, Installation Of Doors And Windows) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Modular Partition • Finishing Hardware • Aluminum Glass Windows, (swing, Sliding, Awning & Fixed) Type • Doors, (wood Panel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Unglazed Tiles • Granite Tiles • Cement (plaster) Finish • Painting Works, (masonry/ Concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Fire Alarm System Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 17 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 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 22, 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 February 04, 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 February 04, 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 15 - 21, 20205 Conspicuous Place (procurement Bulletin Board): January 15 - 21, 20205
Closing Date4 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
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
Closing Date30 Jan 2025
Tender AmountPHP 9.9 Million (USD 169.6 K)
City Government Of Davao Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description The City Government Of Davao Now Invites Bidders For The Projects Under Batch 01-2025 As Listed Below. The Prospective Bidder Must Have Completed A Single Largest Contract Cost (slcc) That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid: Provided, However, That Contractors Under Small A And B Categories Without Similar Experience On The Contract To Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab And Section 23.4.2.4 Of The 2016 Revised Irr Of Ra 9184 Updated As Of July 19, 2024. Moreover, A Contract Shall Be Considered "similar" To The Contract To The Bid If It Has The Same Major Categories Of Work. B01-2025-01 Project Title: Construction Of Cdrrmo Emergency Operations Center - Phase 1 Source Of Fund: Ldrrmfip Cy 2024 (9940) Approved Budget For The Contract: Php 97,600,000.00 Project Duration: 360 Calendar Days Pcab License: Php 87,016,332.27 Building Medium A Php 3,443,556.06 Road Small B Php 7,140,111.67 Flood Control Small B Cost Of Tender Documents: Php 50,000.00 Minimum Equipment Requirements: 2 Units Backhoe Pc-60 36 Units H-frame With Cross Bracing & Joint Pin 2 Units Dumptruck 5 Cu.m. Cap. 1 Unit Boom Truck With Lattice (3-5 Tons Cap) 2 Units Handroller, 2t Vibrtatory 20 Units 1-set One-tank Oxygen/2-tank Acetylene 2 Units 10w Dumptruck 1 Unit Concrete Saw 1 Unit Water Truck 86 Units Steel Forms 1 Unit Road Grader 1 Unit Chainsaw 2 Units Vibratory Road Roller 4 Units Electric Grinder 4 Units Concrete Vibrator 4 Units Electric Handrill 1 Unit Concrete Mixer (1-bagger) 2 Units Tile Cutter 3 Units Cut-off Machine 1 Unit Bar/shear Cutter 2 Units Steel Bar Bender 1 Unit Pipe Cutter 8 Units Welding Machine 1 Unit Pipe Threader B01-2025-02 Project Title: Road Concreting With Drainage System And Slope Protection At Purok 18, Sitio Alam Mari-ay Village, Brgy. Baganihan, Marilog District Source Of Fund: Adf, Cy2025 (25078) Approved Budget For The Contract: Php 97,000,000.00 Project Duration: 340 Calendar Days Pcab License: Php 87,170,877.07 Road Medium A Php 9,829,122.93 Flood Control Small B Cost Of Tender Documents: Php 50,000.00 Minimum Equipment Requirements: 1 Unit Dumptruck 5 Cu.m. Cap. 1 Unit Hydroseeding Machine 2 Units Bulldozer, D6h Series Ii Psds/dd 2 Units Concrete Mixer (1-bagger) 1 Unit Chainsaw 2 Units Concrete Vibrator 2 Units Hydraulic Excavator (0.80 Cu.m.) 2 Units Concrete Saw 2 Units Payloader (1.50 Cu.m) 2 Units Handroller Vibratory 4 Units Dumptruck (10 Cu.m) 2 Units Bar Cutter 2 Units Hydraulic Excavator (0.80 Cu.m.) W/ Breaker 86 Units Steel Forms 1 Unit Motorized Road Grader (140hp), G710a 1 Unit Heavy Duty Elec. Drill 1 Unit Vibratory Roller (10mt), Sd100dc 1 Unit Cargo Truck 1 Unit Water Truck/pump 1 Unit Applicator Machine 1 Unit Boom Truck 1 Unit Kneading Machine B01-2025-03 Project Title: Road Concreting With Drainage System And Construction Of Flood Control At Purok Sagittarius 2, Brgy. Lasang, Bunawan District Source Of Fund: Adf, Cy2025 (25070) Approved Budget For The Contract: Php 50,000,000.00 Project Duration: 300 Calendar Days Pcab License: Php 39,093,216.27 Flood Control Medium A Php 10,906,783.73 Road Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit "dump Truck (5.0cu.m.capacity)" 1 Unit Hydraulic Excavator 1 Unit Road Grader 1 Unit Concrete Vibrator 1 Unit Road Roller, Vibratory 1 Unit Concrete Saw 1 Unit Water Truck 150 Units Steel Forms 1 Unit Backhoe Pc-60 1 Unit Backhoe Pc-30 1 Unit Bar Cutter 1 Unit Mini Dumptruck 2 Units One-bagger Concrete Mixer B01-2025-04 Project Title: City's Urban Greening Project And Sidewalk Enhancement (phase 2) At J.p. Laurel Avenue, Leon Garcia St., R. Castillo St., C. Bangoy St., Quezon Boulevard, Magallanes St., Davao City Source Of Fund: Adf, Cy2025 (25148) Approved Budget For The Contract: Php 40,000,000.00 Project Duration: 240 Calendar Days Pcab License: Park, Playground And Recreational Work Medium A (specialty In Landscaping) Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units One Bagger Concrete Mixer 4 Units Mini Dumptruck 11 Units Cutting Outfit (oxygen - Acetylene) 1 Unit Water Truck 4 Units Boom Truck With Lattice (3-5 Tons Capacity) B01-2025-05 Project Title: Road Concreting At Purok 8 Tubod Going To Purok Narra, Brgy. Lumiad, Paquibato District Source Of Fund: Adf, Cy2025 (25074) Approved Budget For The Contract: Php 39,500,000.00 Project Duration: 345 Calendar Days Pcab License: Php 29,667,973.06 Road Small B Php 9,832,026.94 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Dumptruck 5 Cu.m. Cap. 1 Unit Water Truck/ Pump (16000l) 1 Unit Vibratory Roller (10mt), Sd100dc 2 Units Handroller 2t Vibratory 1 Unit Hydraulic Backhoe (0.80 Cu.m) 2 Units Concrete Vibratory 1 Unit Bulldozer, D6h Series Ii Psds/dd 2 Units Concrete Saw 1 Unit Dumptruck (12 Cu.yd) 2 Units Bar Cutter 1 Unit Motorized Road Grader (140hp), G710a 176 Units Steel Forms 1 Unit Payloader 2 Units Concrete Mixer B01-2025-06 Project Title: Road Concreting At Purok 6 Sitio New Labon Brgy Sumimao To Sitio Saldab Brgy. Malabog, Brgy. Sumimao Paquibato District (phase 1) Source Of Fund: Adf, Cy2025 (25086) Approved Budget For The Contract: Php 35,000,000.00 Project Duration: 270 Calendar Days Pcab License: Php 26,841,972.45 Road Small B Php 8,158,027.55 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Hydraulic Excavator (0.8 Cu.m) 1 Unit Concrete Vibrator 2 Units Bulldozer, D6h Series Ii Psds/dd 1 Unit Concrete Saw 1 Unit Motorized Road Grader (140hp), G710a 2 Units Bar Cutter 2 Units Payloader (1.50 Cu.m) 86 Units Steel Forms 1 Unit Vibratory Roller (10mt), Sd100dc 1 Unit Heavy Duty Electric Drill (operated) 1 Unit Dumptruck 5 Cu.m. Cap. 1 Unit Water Truck 4 Units Dumptruck(12 Cu.yd) Includes Hauling Travel Time 1 Unit Hand Roller 2 Units Chainsaw 1 Unit Concrete Mixer (one-bagger) B01-2025-07 Project Title: Road Concreting With Drainage System At Bago Oshiro Relocation (aglipayan Section), Brgy. Bago Oshiro, Tugbok District Source Of Fund: Adf, Cy2025 (25093) Approved Budget For The Contract: Php 22,950,000.00 Project Duration: 240 Calendar Days Pcab License: Php 10,067,820.45 Road Smallb Php 12,882,179.55 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements 1 Unit Backhoe Pc-60 1 Unit Road Roller, Vibratory 1 Unit Jackhammer With Air Compressor 1 Unit Water Truck 1 Unit Dumptruck 5 Cu.m 1 Unit Concrete Vibrator 1 Unit Payloader 1 Unit Concrete Saw 2 Units 10w Dumptruck 1 Unit Bar Cutter 1 Unit Backhoe W/ Breaker 1 Unit One Bagger Concrete Mixer 1 Unit Road Grader 86 Units Steel Forms 1 Unit Chainblock W/ Pulley & A-frame B01-2025-08 Project Title: Construction Of Farm To Market Road With Canal At Sitio Upper Kibangay, Brgy. Suawan, Marilog District (phase 1) Source Of Fund: Adf, Cy2025 (25085) Approved Budget For The Contract: Php 26,800,000.00 Project Duration: 210 Calendar Days Pcab License: Php 21,094,142.27 Road Small B Php 5,705,857.73 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Backhoe Pc-60 1 Unit Concrete Vibrator 3 Units Dumptruck 5 Cu.m Cap 1 Unit Concrete Saw 1 Unit Road Grader 1 Unit Bar Cutter 1 Unit Road Roller, Vibratory 90 Units Steel Forms 1 Unit Water Truck/pump (16000l) 1 Unit Payloader 1 Unit One-bagger Concrete Mixer B01-2025-09 Project Title: Construction Of 2 Units 1-storey, 3-classroom Building At Makatao Elementary School, Sitio Gatungon, Brgy. Tapak, Paquibato District, Davao City Source Of Fund: Sef 2025 (3321-a) Approved Budget For The Contract: Php 17,000,000.00 Project Duration: 210 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 250,000.00 Minimum Equipment Requirements: 1 Unit Plate Compactor 1 Unit Electric Handrill 1 Unit Hand Roller 2 Units Tile Cutter 1 Unit One-bagger Concrete Mixer 2 Units Bar/shear Cutter 1 Unit Concrete Vibrator 2 Units Welding Machine 1 Unit Oxygen-acetylene Cutting Outfit & Accessories 2 Units Electric Grinder 1 Unit Cut Off Machine B01-2025-10 Project Title: Construction Of Multipurpose Building At Datu Salumay Elementary School, Brgy. Datu Salumay, Marilog District Source Of Fund: Adf, Cy 2025 (25038) Approved Budget For The Contract: Php 20,000,000.00 Project Duration: 280 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-30 1 Unit Cargo Stake Truck 1 Unit Plate Compactor 1 Unit Chainsaw 1 Unit Walk-behind Compactor 1 Unit Mini Dumptruck 2 Units One-bagger Concrete Mixer 1 Unit Concrete Vibrator 1 Unit Pump Crete 1 Unit Steel Bar Bender 2 Units Bar/shear Cutter 2 Units Welding Machine 2 Units Electric Grinder 1 Unit Boom W/ Chainblock 2 Units Electric Handrill 1 Unit Oxygen/acetylene Cutting Outfit 2 Units Tile Cutter B01-2025-11 Project Title: Construction Of Boat Docking And Fishport At Purok 60, Brgy. Talomo District Source Of Fund: Adf, Cy 2025 (25129) Approved Budget For The Contract: Php 20,000,000.00 Project Duration: 240 Calendar Days Pcab License: Port, Harbor And Offshore Engineering Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Payloader 1 Unit Electric Drill 1 Unit Backhoe Pc-60 1 Unit Water Truck 1 Unit 10w Dumptruck 1 Unit Oxygen/acetylene Cutting Outfit And Accessories 1 Unit Concrete Vibrator 1 Unit Submersible Pump 2 Units Bar Cutter 1 Unit Jackhammer With Generator Set 2 Units Welding Machine 1 Unit Boom Truck 1 Unit Grinder B01-2025-12 Project Title: Construction Of Road From Purok 1 Bantol To Purok 9 Sitio Banuayan, Brgy. Bantol Marilog District (phase 1) Source Of Fund: Adf, Cy 2025 (25080) Approved Budget For The Contract: Php 19,000,000.00 Project Duration: 140 Calendar Days Pcab License: Php 14,246,149.60 Road Small B Php 4,753,850.40 Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Road Roller (125 Hp 10t, Static) 1 Unit Cargo Stake Truck/ Hydraulic Truck 1 Unit Water Truck 2 Units Hydraulic Excavator (0.80 Cu.m., Crawler) 1 Unit Concrete Vibrator 1 Unit Bulldozer, D6h Series Ii Psds/dd 1 Unit Bar Cutter 1 Unit Payloader (1.50 Cu.m) 1 Unit Concrete Saw 2 Units Dumptruck (12 Cu.yd) 64 Units Steel Forms 1 Unit Road Grader 135 Hp 1 Unit Backhoe Pc-60 B01-2025-13 Project Title: Infrastructure Development And Security Enhancement Through The Upgrading Of Checkpoint Facilities At Toril, Bunawan, And Lacson, Davao City Source Of Fund: Adf, Cy 2025 (25046) Approved Budget For The Contract: Php 14,584,200.00 Project Duration: 90 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 2 Units Backhoe Pc-60 3 Units Welding Machine 1 Unit Mini Dumptruck 1 Unit Cut Off Machine 1 Unit Flat Low Bed Trailer Truck 3 Units Electric Grinder 1 Unit One Bagger Mixer 2 Units Electric Drill 1 Unit Bar/shear Cutter B01-2025-14 Project Title: Construction Of Concrete Revetment At Purok Maharlika To Purok Pakisama, Brgy. Saloy, Calinan District (phase 2) Source Of Fund: Adf, Cy 2025 (25140) Approved Budget For The Contract: Php 15,000,000.00 Project Duration: 140 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 1 Unit Submersible Pump (1hp) 1 Unit Backhoe Pc-190 3 Units Bar Cutter 1 Unit "backhoe Pc-190 W/ Vibratory Hammer" 2 Units Concrete Vibrator 1 Unit Road Grader 1 Unit One-bagger Concrete Mixer 1 Unit Road Roller 1 Unit Generator Set 1 Unit "dump Truck (5.0cu.m. Capacity)" 1 Unit Welding Machine 2 Units Chainsaw 2 Units "one-tank Oxygen / 2-tank Acetylene" B01-2025-15 Project Title: Rehabilitation Of Multipurpose Building At Almendras Compound, Quezon Boulevard, Davao City Source Of Fund: Adf, Cy 2025 (25096) Approved Budget For The Contract: Php 14,000,000.00 Project Duration: 150 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 2 Units Tile Cutter 1 Unit One-bagger Concrete Mixer 1 Unit Jackhammer W/ Air Compressor 1 Unit Bar/shear Cutter 1 Unit Dumptruck (5 Cu.m Cap) 1 Unit Electric Handrill 1 Unit Hand Roller Vibratory 24 Units H-frame With Cross Bracing And Joint Pin 1 Unit Asphalt Distributor Prime 1 Unit Metal Scissors 1 Unit Asphalt Paver 1 Unit Electric Grinder 1 Unit Pneumatic Road Roller B01-2025-16 Project Title: Rehabilitation Of Drainage System At Aurora St. And Artiaga St., Brgy. 36-d, Poblacion District Source Of Fund: Adf, Cy 2025 (25131) Approved Budget For The Contract: Php 11,675,000.00 Project Duration: 240 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe With Concrete Breaker 1 Unit Bar Cutter 1 Unit Dumptruck 5 Cu.m 1 Unit Welding Machine 1 Unit Backhoe Pc-30 1 Unit Oxygen/acytelene Cutting Outfit And Accessories 1 Unit One Bagger Concrete Mixer 1 Unit Electric Grinder B01-2025-17 Project Title: Road Concreting With Line Canal At Opal Street And Durian Street, Ddf Village Brgy. Mandug, Buhangin District Source Of Fund: Adf, Cy 2025 (25062) Approved Budget For The Contract: Php 8,232,000.00 Project Duration: 120 Calendar Days Pcab License: Php 4,642,370.58 Flood Control Small B Php 3,589,629.42 Road Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 1 Unit Concrete Saw 1 Unit Bulldozer 1 Unit Concrete Vibrator 1 Unit Road Grader 1 Unit Bar Cutter 1 Unit Road Roller 70 Units Steel Forms 2 Units Dump Truck 10w 1 Unit Hand Roller 2 Units Chainsaw 1 Unit Payloader 1 Unit One-bagger Concrete Mixer B01-2025-18 Project Title: Completion Of Multipurpose Hall At J. Soriano National High School Brgy Catalunan Grande. Talomo District Source Of Fund: Adf, Cy 2025 (25030) Approved Budget For The Contract: Php 13,000,000.00 Project Duration: 210 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 25,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-60 2 Units Mini Dumptruck 2 Units Bar/shear Cutter 1 Unit One-bagger Concrete Mixer 1 Unit Boom Truck W/ Chainblock 1 Unit Oxygen/acytelene Cutting Outfit And Accessories 2 Units Concrete Vibrator 1 Unit Plate Compactor 2 Units Cut-off Machine 2 Units Prr Fusion Welder 2 Units Electric Drill 2 Units Steel Bar Bender 2 Units Electric Grinder 1 Unit Tile Cutter 4 Units H-frame With Cross Bracing And Joint Pin 1 Unit Walk Behind Compactor 1 Unit Jackhammer With Compressor 1 Unit Welding Machine B01-2025-19 Project Title: Road Concreting With Drainage System At Villa Park Subdivision, Brgy. Cabantian, Buhangin District Source Of Fund: Adf, Cy 2025 (25059) Approved Budget For The Contract: Php 8,000,000.00 Project Duration: 120 Calendar Days Pcab License: Php 4,332,983.00 Flood Control Small B Php 3,667,017.00 Road Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-30 1 Unit Hand Roller Vibratory 2 Units Bar Cutter 2 Units Jackhammer W/ Air Compressor 1 Unit Concrete Saw 1 Unit Road Grader 1 Unit Concrete Vibrator 1 Unit Road Roller 1 Unit Dumptruck 5 Cu.m Cap. 102 Units Steel Forms 2 Units Electric Drill 1 Unit Water Truck B01-2025-20 Project Title: Rehabilitation Of Calinan Public Market Building I At Brgy. Calinan, Calinan District Source Of Fund: Sb No. 2, Cy 2023 (8811-c) Approved Budget For The Contract: Php 5,740,000.00 Project Duration: 160 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 2 Units Mini Dump Truck 36 Units H-frame With Cross Bracing & Joint Pin 1 Unit Handroller, 2t Vibrtatory 4 Units Welding Machine 2 Units One-bagger Concrete Mixer 1 Unit Cut-off Machine 1 Unit Concrete Vibrator 2 Units 1-set One-tank Oxygen/2-tank Acetylene 2 Units Bar/shear Cutter 2 Units Electric Handrill B01-2025-21 Project Title: Construction Of Home Economics Building At Manaong Elementary School, Sitio Manaong, Brgy. Salaysay, Marilog District, Davao City Source Of Fund: Sef, Cy 2025 (3322) Approved Budget For The Contract: Php 5,546,559.93 Project Duration: 150 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 10,000.00 Minimum Equipment Requirements: 1 Unit Plate Compactor 1 Unit Cut Off Machine 1 Unit Hand Roller 1 Unit Electric Grinder 1 Unit One Bagger Mixer 2 Units Electric Handrill 1 Unit Concrete Vibrator 2 Units Tile Cutter 1 Unit Bar/shear Cutter 1 Unit Backhoe Pc - 35 2 Units Welding Machine B01-2025-22 Project Title: Construction Of Multipurpose Building, Malagos Nursery, Brgy, Malagos, Baguio District Source Of Fund: Adf, Cy2025 (25108) Approved Budget For The Contract: Php 5,000,000.00 Project Duration: 120 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Backhoe Pc-35 2 Units Bar/shear Cutter 1 Unit Mini Dumptruck 2 Units Welding Machine 1 Unit Plate Compactor 2 Units Electric Grinder 1 Unit Handroller 12 Units H-frame With Cross Bracing & Joint Pin 1 Unit One-bagger Concrete Mixer 2 Units Electric Handrill 1 Unit Concrete Vibrator 1 Unit Chainblock With Pulley B01-2025-23 Project Title: Rehabilitation Of Drainage System At Solid St. And Bangsi St., Brgy. Wilfredo Aquino, Agdao District Source Of Fund: Adf, Cy2025 (25135) Approved Budget For The Contract: Php 4,000,000.00 Project Duration: 120 Calendar Days Pcab License: Flood Control Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 2 Units Jackhammer With Compressor 1 Unit One Bagger Concrete Mixer 1 Unit Mini Dumptruck 1 Unit Backhoe Pc-30 3 Units Bar Cutter 1 Unit Chainsaw B01-2025-24 Project Title: Drainage System With Cover At Purok 4a Damaso-suazo Extension, Brgy. 25-c, Poblacion District Source Of Fund: Adf, Cy2025 (25132) Approved Budget For The Contract: Php 1,501,179.22 Project Duration: 90 Calendar Days Pcab License: Php 1,062,782.15 Flood Control Small B Php 438,397.07 Road Small A Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Air Compressor 1 Unit Concrete Saw 1 Unit A-frame W/ Chain Block 1 Unit One Bagger Concrete Mixer 1 Unit Bar Cutter 2 Units Hand Tamper Compactor 1 Unit Mini Dumptruck 65 Units Steel Forms B01-2025-25 Project Title: Upgrading And Rewiring Of Electrical System At Pilar P. Rodriguez Integrated School, Km. 9, Tigatto, Davao City Source Of Fund: Sef, Cy 2025 (3322) Approved Budget For The Contract: Php 3,200,000.00 Project Duration: 100 Calendar Days Pcab License: Electrical Works Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Electric Grinder 1 Unit Bar/shear Cutter 1 Unit Electric Drill 1 Unit Concrete Mixer B01-2025-26 Project Title: Completion Of The Existing Multipurpose Building At Brgy. 4-a, Poblacion District Source Of Fund: Adf, Cy 2025 (25098) Approved Budget For The Contract: Php 2,400,000.00 Project Duration: 120 Calendar Days Pcab License: Building Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 2 Units Bar/shear Cutter 2 Units Electric Handrill 2 Units Welding Machine 1 Unit Jackhammer W/ Air Compressor 2 Units Electric Grinder 1 Unit Chainblock With Pulley & A-frame 1 Unit Oxygen-acetylene Cutting Outfit & Accessories 24 Units H-frame With Cross Bracing & Joint Pin B01-2025-27 Project Title: Concreting Of Road At Purok 6, Sampaguita, Brgy. Malabog, Paquibato District Source Of Fund: Df, Sb3, Cy2020 (20230) Approved Budget For The Contract: Php 2,000,000.00 Project Duration: 75 Calendar Days Pcab License: Road Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Mini Dumptruck 1 Unit Handroller 1 Unit Bakchoe W/ Dozer, Pc-30 2 Units Concrete Vibrator 1 Unit Plate Compactor 86 Units Steel Forms 1 Unit Dumptruck - 5 Cu.m 1 Unit Concrete Saw 1 Unit Road Grader, 135 Hp 1 Unit Bar Cutter 1 Unit Road Roller, (125hp 10t, Static) 2 Units Concrete Mixer (1-bagger) B01-2025-28 Project Title: Water Supply Systems Source Of Fund: Ab, Cy 2023 (23034) Approved Budget For The Contract: Php 1,407,000.00 Project Duration: 30 Calendar Days Pcab License: Water Supply System Small B Cost Of Tender Documents: Php 5,000.00 Minimum Equipment Requirements: 1 Unit Welding Machine 2 Units Pipe Threader 2 Units Pipe Cutter B01-2025-29 Project Title: Upgrading Of Electrical System At Rc Quimpo Elementary School, Brgy. Bago Aplaya, Talomo Distrcit, Davao City Source Of Fund: Sef, Cy2025 (3322) Approved Budget For The Contract: Php 1,000,000.00 Project Duration: 60 Calendar Days Pcab License: Electrical Works Small B Cost Of Tender Documents: Php 1,000.00 Minimum Equipment Requirements: 1 Unit Chain Block With Pulley 1 Unit One-bagger Concrete Mixer 1 Unit Bar/shear Cutter B01-2025-30 Project Title: Distribution Of Power Supply To Principal's Office And Pump House At Pablo Lorenzo National High School, Brgy. Mandug, Buhangin District, Davao City Source Of Fund: Sef, Cy2025 (3321-a) Approved Budget For The Contract: Php 1,000,000.00 Project Duration: 100 Calendar Days Pcab License: Electrical Works Small B Cost Of Tender Documents: Php 1,000.00 Minimum Equipment Requirements: 1 Unit Electric Grinder 1 Unit Bar/shear Cutter 1 Unit Electric Drill 1 Unit Concrete Mixer B01-2025-31 Project Title: Construction Of Drainage System At Narra Street, Purok 9-a Phase 2, Brgy. Sto. Niño, Tugbok District Source Of Fund: Adf, Cy 2025 (25146) Approved Budget For The Contract: Php 615,000.00 Project Duration: 30 Calendar Days Pcab License: Flood Control Small A Cost Of Tender Documents: Php 500.00 Minimum Equipment Requirements: 1 Unit Jackhammer W/ Air Compressor 2 Units Dumptruck (5 Cu.m Capacity) 1 Unit Backhoe Pc-30 1 Unit One Bagger Concrete Mixer 1 Unit Concrete Saw 2 Units Bar/shear Cutter Procurement Activity Schedule A. Issuance Of Bidding Documents January 28 To February 19, 2025 8:00 Am To 5:00 Pm Bac Secretariat For Civil Works (excluding Saturdays, Sundays & Holidays) B. Pre-bid Conference February 5, 2025, 10:30 Am Virtual Meeting Through Zoom C. Deadline Of Submission And Receipt Of Bids February 19, 2025, 9:00 Am Bac Conference Room, Ground Floor, City Hall, Davao City D. Opening Of Bids February 19, 2025, 10:30 Am Virtual Meeting Through Zoom (sgd) Atty. Joseph Dominic S. Felizarta, Ce Bac Chairman
Closing Date19 Feb 2025
Tender AmountPHP 603 Million (USD 10.4 Million)
University Of The Philippines Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Uplb-i-002-02-25 Supply And Delivery Branded And Brand New Power Generating Set Including Labor And Materials For The Installation, Positioning, Hauling, Testing, Commissioning, And Appurtenant Electrical And Civil Works For Biotech Immunology Laboratory (former Uplb-i-017-04-24 Rebid2) 1. The University Of The Philippines Los Baños (uplb), Through The Uplb Trust Fund Intends To Apply The Sum Of Four Million Pesos Only (php4,000,000.00) Being The Abc To Payments Under The Contract For Uplb-i-002-02-25 Supply And Delivery Branded And Brand New Power Generating Set Including Labor And Materials For The Installation, Positioning, Hauling, Testing, Commissioning, And Appurtenant Electrical And Civil Works For Biotech Immunology Laboratory (former Uplb-i-017-04-24 Rebid2). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Items Unit Abc Total Abc Power Generating Set Lot 1 Php4,000,000.00 Php4,000,000.00 2. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid 09 January 2025 Issuance And Availability Of Bid Documents 10 January 2025 Pre-bid Conference 20 January 2025, 11:00 Am Deadline Of Submission Of Request For Clarification 23 January 2025 Last Day Of Issuance Of Bid Bulletin 27 January 2025 Deadline For Submission Of Bids 03 February 2025, 1:45 Pm Site Inspection C/o End-user 3. The University Of The Philippines Los Baños (uplb) Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within Sixty (60) Calendar Days Upon Receipt Notice To Proceed. Bidders Should Have Completed, Within Ten Years (2014-2024) From The Deadline Of The Submission 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). 4. 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) No. 9184. [select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184] A. [select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184 Do Not Exist:] 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 No. 5183. B. [select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The 2016 Revised Irr Of Ra No. 9184 Exists:] Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 5. Prospective Bidders May Obtain Further Information From Uplb Bac Secretariat Through Email At Rgaquino1@up.edu.ph / Irvillegas@up.edu.ph / Jmpunzalan2@up.edu.ph And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Bac Secretariat Starting On 10 January 2025 From The Given Address And Website(s) Below For A Non-refundable Bidding Documents Fee Amounting To Five Thousand Pesos (php 5,000.00) Only. Bidding Documents Fee Payment Shall Be Made Through Deposit Or On-line Transfer Of Fund To: Bank Name: Landbank Of The Philippines Los Baños Branch Account Number: 1892-1005-07 Account Name: Uplb Trust Project Fund Or Thru Landbank Link.bizportal. Uplb Cashier’s Office Shall Issue The Corresponding Official Receipt Which Can Be Claimed At Their Office Every Monday To Friday From 8:00 Am To 12:00 Noon Only. Bidders May Contact The Cashier’s Office Through Telephone Number (049)536-3558 Or In Their Email Address, Cashiersoffice.uplb@up.edu.ph For Information And Instruction. Bidders Are Required To Include Two Copies Of Deposit/ Transfer Slip With Bank Validation Or Any Other Equivalent Proof Of Payment In The Documents For Submission During Opening Day In Lieu Of The Or. It May Also Be Downloaded Free Of Charge From The Websites Of The Philippine Government Electronic Procurement System (philgeps) And Uplb Bac, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 03 February 2025, 1:45 Pm. 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 14. 9. Bid Opening Will Follow Shortly After The Deadline Of The Submission Of Bids Via Zoom Application. Link For The Meeting May Be Viewed At The Bac Website Link For The Meeting May Be Viewed At The Bac Website Or Can Be Requested Through The Bac Secretariat Via Email. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Online Activity. Old Maquiling School Inc., Pedro R. Sandoval Ave. Uplb, College Los Baños Laguna. 10. The University Of The Philippines Los Baños (uplb) 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Shall Read The Bidding Documents Carefully And Strictly Comply With The Requirements Indicated In The Bidding Documents. Failure To Comply May Lead To Disqualification Of The Bid. 12. Bidders Are Encouraged To Properly Use Tabs And Identify The Documents Submitted For Ease Of Reference In The Opening Of The Bids. 13. For Further Information, Please Refer To: Eileen L. M. Malayba-mamino, Ph.d Chair, Bac Secretariat Old Maquiling School Inc., Pedro R. Sandoval Ave. Uplb, College Los Baños Laguna Tel. No. (049) 544-0382 Email Address: Bacsecretariat.uplb@up.edu.ph Http://www.bac.uplb.edu.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://philgeps.gov.ph Https://bac.uplb.edu.ph Arthur L. Fajardo, Ph.d. Chair, Bac Infrastructure
Closing Date10 Feb 2025
Tender AmountPHP 4 Million (USD 68.9 K)
BARANGAY SAGRADA, PILI, CAMARINES SUR Tender
Civil And Construction...+1Civil Works Others
Philippines
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
Closing Date29 Jan 2025
Tender AmountPHP 650.8 K (USD 11 K)
Bureau Of Customs Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Procurement Of Renovation/repair Of Lbu Office (early Procurement Activity) Proposal-003mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Renovation/repair Of Lbu Office 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2026 Intends To Apply The Sum Of Nine Hundred Thousand Pesos (₱900,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Renovation/repair Of Lbu Office For Fy 2025-2026 With Project Identification Number Proposal-003mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period July 1, 2025 To July 31, 2026. Bidders Should Have Completed, Within Two (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). 3. 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) No. 9184. 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 No. 5183. 4. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 10, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 11, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. Further, Please Be Informed That This Is An Early Procurement Activity Of The Fy 2026 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2026 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2026 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2026 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Renovation/repair Of Lbu Office For Fy 2025-2026 With Identification Number Proposal-003mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2026 In The Amount Of Nine Hundred Thousand Pesos (₱900,000.00). 2.2 The Source Of Funding Is Fy 2025 Repairs And Maintenance- Building And Other Structure. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Renovation/repair Of Lbu Office For Fy 2026, With Abc Of ₱ 900,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Renovation/repair Of Lbu Office Scope Of Service Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1. Preliminaries/general Requirements • Mobilization/demobilization • Safety Requirements • Power And Water Supply 2. Floor Tiling Works Including Flooring Surface Preparation • Labor And Materials For The Demolition Of Existing Flooring, Surface Preparation And Hauling 3. Masonry Works And Floor Tiles Installation • Labor And Materials For The Installation Of Tiles 4. Carpentry Works For The Office Dry Wall Partitioning With Electrical Works For Lighting • Labor And Materials For The Construction Of Dry Wall Partition With Painting Works • Labor And Materials For Installation Of Standard And Swing Door For The Lbu Office And Storage Rooms • Labor And Materials For The Installation Of Ceiling Downlights • Allocation Of Space For Wall Type Acu 5. Plumbing And Sanitary Works Of Comport Rooms Including Exhaust Fan Installation, Door Replacement And Repair, Toilet Fixtures And Accessories, Tiles. *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Courier Service Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Renovation/repair Of Lbu Office The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vii Financial Offer Procurement Of Renovation/repair Of Lbu Office Approved Budget For The Contract (abc) (2026) Product Offered Quotation Nine Hundred Thousand Pesos (₱900,000.00) Preliminaries/general Requirements • Mobilization/demobilization • Safety Requirements • Power And Water Supply Floor Tiling Works Including Flooring Surface Preparation • Labor And Materials For The Demolition Of Existing Flooring, Surface Preparation And Hauling Masonry Works And Floor Tiles Installation • Labor And Materials For The Installation Of Tiles Carpentry Works For The Office Dry Wall Partitioning With Electrical Works For Lighting • Labor And Materials For The Construction Of Dry Wall Partition With Painting Works • Labor And Materials For Installation Of Standard And Swing Door For The Lbu Office And Storage Rooms • Labor And Materials For The Installation Of Ceiling Downlights • Allocation Of Space For Wall Type Acu Plumbing And Sanitary Works Of Comport Rooms Including Exhaust Fan Installation, Door Replacement And Repair, Toilet Fixtures And Accessories, Tiles. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ⬜ Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And F) ☐ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And G) ☐ Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And H) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And I) ☐ Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents J) ☐ The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And K) ☐ The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents L) ☐ If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope M) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And N) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) O) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. P) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date10 Feb 2025
Tender AmountPHP 900 K (USD 15.5 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+2Others, Construction Material
Philippines
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ B.5(1) Project Billboard/signboard Each 2.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ B.7(1) Occupational Safety And Health L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/ Plumbing Works Part A Earthworks 801(1) Removal Of Structures And Obstruction L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28 Days) Cu.m. 45.17 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 902(1)a1 Reinforcing Steel (deformed) (grade 40) Kg. 1,204.77 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ Total Cost (part B) Carried To Summary Php Part C Finishings And Other Civil Works C.1 Finishing Works 1003(1)a1 Ceiling (4.5mm., Metal Frame, Fiber Cement Board) Sq.m. 19.95 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 1027(1) Cement Plaster Finish Sq.m. 54.99 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ C.2 Fabricated Materials 807(14) Gate L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 1047(7) Structural Steel L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ C.3 Painting Works 1032(1)a Painting Works (masonry/ Concrete) Sq.m. 19.95 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 1032(1)c Painting Works (steel) Sq.m. 38.59 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ C.4 Plumbing/sanitary Works In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ 1001(9) Storm Drainage And Downspout L.s. 1.00 In Words: Pesos ______________________ In Figures: Php ____________________ In Words: Pesos ______________________ In Figures: Php ____________________ Total Cost (part C) Carried To Summary Php
Closing Date20 Feb 2025
Tender AmountPHP 990 K (USD 17.1 K)
7241-7250 of 7363 archived Tenders