Electrical Work Tenders

Electrical Work Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aurora District Engineering Office Baler, Aurora, Region Iii Invitation To Bid 25cn0146 - Construction Of Multi – Purpose Building, Barangay Manggitahan, Dilasag, Aurora 1. The Dpwh – Aurora District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Construction Of Multi – Purpose Building, Barangay Manggitahan, Dilasag, Aurora Contract Id No. : 25cn0146 Locations : Barangay Manggitahan, Dilasag, Aurora Scope Of Works : Earthworks, Reinforced Concrete, Buildings, Finishing And Other Civil Works, Electrical, Mechanical Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 97 Cd Source Of Fund : Gaa 2025 Size Range : Small B License Category : C & D Cost Of Plans/proposal : Php 5,000.00 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). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh – Aurora District Engineering Office And Inspect The Bidding Documents At Procurement Unit/bac Office, This Office During Weekdays From 8:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 13, 2025 – February 04, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of (shown On The Above Table). 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Dpwh – Aurora District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 09:00 A.m. At Dpwh – Aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Prescribed Address Below For Manual Submission Or At Electronicbids_aurora@dpwh.gov.ph For Electronic Submission On Or Before February 04, 2025 At 09:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On February 04, 2025 At 09:00 A.m. At Dpwh-aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora 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. 11. The Dpwh – Aurora District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Estrelita R. Nohay Head, Procurement Unit Dpwh-aurora Deo Brgy. Reserva, Baler, Aurora Telephone No.: 33806 Dpwh.adeo.bac@gmail.com Benelito D. Pascua Assistant District Engineer Bac Chairperson Telephone No.: 33806 Dpwh.adeo.bac@gmail.com Publication: January 13, 2025 – January 19, 2025 Posted At: Dpwh Website, Philgeps, Dpwh-adeo Bulletin Board
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aurora District Engineering Office Baler, Aurora, Region Iii Invitation To Bid 25cn0125 - Construction Of Multi – Purpose Building (covered Court), Dikapinisan Elementary School, Barangay Dikapinisan, San Luis, Aurora 1. The Dpwh – Aurora District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Construction Of Multi – Purpose Building (covered Court), Dikapinisan Elementary School, Barangay Dikapinisan, San Luis, Aurora Contract Id No. : 25cn0125 Locations : Dikapinisan Elementary School, Barangay Dikapinisan, San Luis, Aurora Scope Of Works : Earthworks, Reinforced Concrete, Buildings, Finishing And Other Civil Works, Electrical Approved Budget For The Contract : Php 7,425,000.00 Contract Duration : 134 Cd Source Of Fund : Gaa 2025 Size Range : Small B License Category : C & D Cost Of Plans/proposal : Php 10,000.00 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). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh – Aurora District Engineering Office And Inspect The Bidding Documents At Procurement Unit/bac Office, This Office During Weekdays From 8:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 – February 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of (shown On The Above Table). 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Dpwh – Aurora District Engineering Office Will Hold A Pre-bid Conference On February 07, 2025 At 09:00 A.m. At Dpwh – Aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Prescribed Address Below For Manual Submission Or At Electronicbids_aurora@dpwh.gov.ph For Electronic Submission On Or Before February 20, 2025 At 09:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On February 20, 2025 At 09:00 A.m. At Dpwh-aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora 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. 11. The Dpwh – Aurora District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Estrelita R. Nohay Head, Procurement Unit Dpwh-aurora Deo Brgy. Reserva, Baler, Aurora Telephone No.: 33806 Dpwh.adeo.bac@gmail.com Benelito D. Pascua Assistant District Engineer Bac Chairperson Telephone No.: 33806 Dpwh.adeo.bac@gmail.com Publication: January 30 – February 05, 2025 Posted At: Dpwh Website, Philgeps, Dpwh-adeo Bulletin
Closing Date20 Feb 2025
Tender AmountPHP 7.4 Million (USD 128.3 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental 2nd District Engineering Office Balase St., El Salvador City, Misamis Oriental Region X Invitation To Bid For 25kl0105 - Construction (completion) Of Multi-purpose Building (new Municipal Public Market) At Migbanday, Poblacion, Claveria, Misamis Oriental "1. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office, Through The Nga The National Expenditure Program (nep) Intends To Apply The Sum Of P69,300,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25kl0105 - Construction (completion) Of Multi-purpose Building (new Municipal Public Market) At Migbanday, Poblacion, Claveria, Misamis Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening." "2. 2. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works:" Name Of Contract: Construction (completion) Of Multi-purpose Building (new Municipal Public Market) At Migbanday, Poblacion, Claveria, Misamis Oriental Contract Id: 25kl0105 Location: Poblacion, Claveria, Misamis Oriental Scope Of Works: Construction (completion) Of Multi-purpose Building Includes Structural Steel, Roofing, Chb Partitions, Cementt Plaster Finish, Tiles, Paints, Railings, Ceiling, Plumbing, Electrical, Mechanical Works. Complete As Shown On Plan Approved Budget For The Contract: ₱69,300,000.00 Contract Duration: 313 "3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A, Medium B, Large A, Large B, (2) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (3) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph." 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Misamis Oriental 2nd District Engineering Office And Inspect The Bidding Documents At Balase St., El Salvador City During Weekdays From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00 For Abc Costing 500,000 And Below; Php 1,000.00 For Abc Costing More Than 500,000 Up To 1m; Php 5,000.00 For Abc Costing More Than 1m Up To 5m; Php 10,000.00 For Abc Costing More Than 5m Up To 10m; Php 25,000.00 For Abc Costing More Than 10m Up To 50m; Php 50,000.00 For Abc Costing More Than 50m Up Tp 500m; Php 75,000.00 For Abc Costing More Than 500m. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Misamis Oriental 2nd District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 @ 1:00pm At Misamis Oriental 2nd Deo Conference Room, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. "in Accordance With The Department's Citizen's Charter (attached As Annex ""a"") And Unnumbered Memorandum Dated December 27, 2001 (attached As Annex ""b""), Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary C. Letter Of Intent (for Foreign Funded Projects) " 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_misamisoriental2 For Electronic Submission On Or Before February 17, 2025 @ 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. "11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. " 12. Bid Opening Shall Be On February 17, 2025 At 1:00 Pm After Convening Of The Bac At Misamis Oriental 2nd Deo Conference Room And Through Live Streaming: Dpwh Misamis Oriental 2nd Deo Https://youtube.com/@dpwhmisor2nddeo?si=ccqqnwdlsenfa3zn . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. "13. In Consistent Of The Do 127 S 2018, “if At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid”." 14. The Misamis Oriental 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Ryan S. Dy Harry A. Rapliza Chief, Quality Assurance Section Engineer Ii Bac Chairperson Bac Secretariat Head Misamis Oriental 2nd Deo Misamis Oriental 2nd Deo 74215 74217 Dy.ryan@dpwh.gov.ph Rapliza.harry@dpwh.gov.ph " For Downloading Of Bidding : Www.philgeps.gov.ph Documents : Www.dpwh.gov.ph For Online Bid Submission : Electronicbids_misamisoriental2@dpwh.gov.ph " January 29, 2025 Approved By: Ryan S. Dy . Chief, Quality Assurance Section Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 69.3 Million (USD 1.1 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Misamis Oriental 2nd District Engineering Office Balase St., El Salvador City, Misamis Oriental Region X Invitation To Bid For 25kl0103 - Construction Of Multi Purpose Building (public Market) Poblacion, Manticao, Misamis Oriental "1. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office, Through The Nga The National Expenditure Program (nep) Intends To Apply The Sum Of P26,730,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25kl0103 - Construction Of Multi Purpose Building (public Market) Poblacion, Manticao, Misamis Oriental . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening." "2. 2. The Department Of Public Works And Highways – Misamis Oriental Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works:" Name Of Contract: Construction Of Multi Purpose Building (public Market) Poblacion, Manticao, Misamis Oriental Contract Id: 25kl0103 Location: Manticao, Misamis Oriental Scope Of Works: Construction Of Multi-purpose Building Includes, Embankment From Borrow, Structural Concrete, Cement Plaster Finish, Tiles, Paints, Railings, Ceiling, Plumbing, Electrical, Mechanical Works. Complete As Shown Approved Budget For The Contract: ₱26,730,000.00 Contract Duration: 205 "3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B, Medium A, Medium B, Large A, Large B, (2) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (3) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph." 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Misamis Oriental 2nd District Engineering Office And Inspect The Bidding Documents At Balase St., El Salvador City During Weekdays From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00 For Abc Costing 500,000 And Below; Php 1,000.00 For Abc Costing More Than 500,000 Up To 1m; Php 5,000.00 For Abc Costing More Than 1m Up To 5m; Php 10,000.00 For Abc Costing More Than 5m Up To 10m; Php 25,000.00 For Abc Costing More Than 10m Up To 50m; Php 50,000.00 For Abc Costing More Than 50m Up Tp 500m; Php 75,000.00 For Abc Costing More Than 500m. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Misamis Oriental 2nd District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 @ 1:00pm At Misamis Oriental 2nd Deo Conference Room, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. "in Accordance With The Department's Citizen's Charter (attached As Annex ""a"") And Unnumbered Memorandum Dated December 27, 2001 (attached As Annex ""b""), Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary C. Letter Of Intent (for Foreign Funded Projects) " 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_misamisoriental2 For Electronic Submission On Or Before February 17, 2025 @ 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. "11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. " 12. Bid Opening Shall Be On February 17, 2025 At 1:00 Pm After Convening Of The Bac At Misamis Oriental 2nd Deo Conference Room And Through Live Streaming: Dpwh Misamis Oriental 2nd Deo Https://youtube.com/@dpwhmisor2nddeo?si=ccqqnwdlsenfa3zn . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. "13. In Consistent Of The Do 127 S 2018, “if At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid”." 14. The Misamis Oriental 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 15. For Further Information, Please Refer To: Ryan S. Dy Harry A. Rapliza Chief, Quality Assurance Section Engineer Ii Bac Chairperson Bac Secretariat Head Misamis Oriental 2nd Deo Misamis Oriental 2nd Deo 74215 74217 Dy.ryan@dpwh.gov.ph Rapliza.harry@dpwh.gov.ph " For Downloading Of Bidding : Www.philgeps.gov.ph Documents : Www.dpwh.gov.ph For Online Bid Submission : Electronicbids_misamisoriental2@dpwh.gov.ph " January 29, 2025 Approved By: Ryan S. Dy . Chief, Quality Assurance Section Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 26.7 Million (USD 462 K)

Ormoc City Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Admin-bac-form12-1 Revision 2, Effective January 1, 2024 Republic Of The Philippines City Government Of Ormoc 2nd /f New Ormoc City Hall Bldg.,ormoc City Tel # (053) 255-2054 & (8) 832-8888 Local # 1126, 1127 & 1123 Cb06-________________________ Invitation To Bid The City Government Of Ormoc, Through The Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Bid For The Hereunder Contract: Name Of Contract : Development Of Public Cemetery: Construction Of Niches & Bone Chamber Location : Brgy. Camp Downes, Ormoc City Brief Description Other General Requirements; Project Billboard/signboard; Occupational Safety And Health Program; Mobilization/demobilization; Earthworks; Clearing And Grubbing; Structure Excavation Common Soil; Embankment From Borrow (common Soil); Gravel Fill; Civil, Mechanical, Electrical And Sanitary/plumbing Works -division I- General; Reinforced Concrete; Structural Concrete 3500 Psi (class "a", 28 Days); Lean Concrete (manual Mixing); Reinforcing Steel (deformed), Grade 40; Formworks And Falseworks; Finishing And Other Civil Works; Sewer Line Works; Waterproofing Cement Base; Cement Plaster Finish; Painting Works; Chb Non Load Bearing/load Bearing (including Reinforcing Steel) 100mm; Approved Budget For The Contract : P 13,965,181.64 Cy2025 20% Development Fund-annual Budget Contract Duration : 240 Calendar Days Minimum Equipment 1-bar Cutter (owned/leased); 1-bar Bender (owned/leased); 1-concrete Mixer (1-2 Bagger, 8hp) (owned/leased); 2-dump Truck (12 Cu.yd) (owned/leased); 1-plate Compactor (5hp) (owned/leased); 1-backhoe (0.80cu.m) (owned/leased); Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, And Should Have Completed Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project With A Value Of At Least 50% Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations(irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act". It Is Also Restricted To Filipino Citizens/sole Proprietorships,partnerships Or Organization With At Least Seventy Five Percent(75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Complete Schedule Of Activities Are Listed As Follows: Bac Activities Schedules (s) From To 1. Issuance And Availability Of Bidding Documents Tuesday, January 21, 2025 February 10, 2025 @ 9:30 A.m 2. Pre-bid Conference Wednesday, January 29, 2025 @ 2:00 O'clock P.m. 3. Deadline For Submission And Receipt Of Bids Monday, February 10, 2025 @ 10:00 O'clock A.m. 4. Opening Of Bids Monday, February 10, 2025 @ 2:00 O'clock P.m. The Bac Will Issue A Complete Set Of Bidding Documents To Interested Bidders Or Their Duly Authorized Representative At The Bac Office, 2/f New Ormoc City Hall Building, Ormoc City, Upon Presentation Of Proper Identification, Special Power Of Attorney (spa), For Authorized Representative And Upon Payment Of A Non Refundable Fee In The Amount Of Twenty Five Thousand Pesos Only. (p 25,000.00) To The City Treasurer's Office, Ormoc City. The City Government Of Ormoc 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 Any Affected Bidder Or Bidders. Approved: (sgd) Vincent L. Emnas Date Of Publication:philgeps January 21, 2025 Bac Chairman Newspaper N/a Closing Date: February 10, 2025 2025-01-cb06
Closing Date10 Feb 2025
Tender AmountPHP 13.9 Million (USD 240.6 K)

BARANGAY SAGRADA, PILI, CAMARINES SUR Tender

Civil And Construction...+1Building Construction
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 Rehabilitation And Improvement Of Multi-purpose Building/hall The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Two Million Four Hundred Twenty Thousand Pesos (p2,420,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rehabilitation And Improvement Of Multi-purpose Building/hall. 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 Rehabilitation And Improvement Of Multi-purpose Building/hall Is Required One Hundred Twenty Days (120 Day). 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 Five Thousand Pesos (p5,000.00) 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 2:00 P.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 5 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 11.42 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 5 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 2 M3 Boulder (apple Size) 3 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 19.91 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 21 M3 G 3/4 "crushed Gravel 12 M3 Albay Sand 185 Bags Portland Cement 40 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 3,491.67 Kgs. A. Labor 1 Construction Foreman 5 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 125 Pcs. 10mm Ø Rsb 158 Pcs. 12mm Ø Rsb 185 Pcs. 16mm Ø Rsb 20 Pcs. 20mm Ø Rsb 135 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 3 Unskilled Laborer B. Equipment 5 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 25 Pcs. 1/4" Marine Plywood 1,200 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 (0.90m X 2.10m) (installed) (see Plan For Details) 1 Set D5 - Steel Fire Exit Door (installed) (see Plan For Details) 1010(2)a Flush Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D2- 1/4" Thk. Marine Plywood Flush Door With 2" X 5" (installed) (see Plan For Details) 1007(1)b Aluminum Framed Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D3- 1/4" Thk. Tinted Tempered Glass On Powder Coated Alum. Framed Swing Door (installed) (see Plan For Details) 1043(2) Pvc Doors And Frames Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (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 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 6 Sets W2- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 3 Sets W3- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1 Set W5- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1 Set W6- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (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 W4- 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. 59.75 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 23 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 69 Pcs. Double Metal Furring 22 Pcs. Carrying Channel 60 Pcs. Hanger Bars/rod 359 Pcs. Wall Clip 15 Pcs. Wall Angle 2 Box Blind Rivet (500pcs/box) 239 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Fabrication Of Conference Tables (60cm X 190cmx78cm High) 1 Pc. Fabrication Of Conference Tables (60cm X 200cmx78cm High) C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 73.02 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 959 Pcs. 100 Mm Thk Chb (non-load Bearing) 44 Bags Portland Cement 5 M3 Albay Sand 66 Pcs. 10mm Ø Rsb 9 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 269.94 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 95 Bags Portland Cement 13 M3 Albay Sand 1018(6) Textured Glazed Tiles Est. Qty. 12.60 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 83 Pcs. 400 X 400 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(3) Granite Tiles Est. Qty. 23.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 69 Pcs. 600 X 600 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 4 Bags Tile Grout (2kg.) 4 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(1) Glazed Tiles Est. Qty. 14.84 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 99 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 3 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 2.65 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 18 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. 329.59 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Gal. Concrete Neutralizer 14 Gal. Concrete Sealer/primer 17 Gal. Patching Compound 17 Bags Skim Coat 8 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 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 2 Gal. Red Oxide Primer 16 Gal. Enamel Paint 9 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) C.6. Steel Works 1047(1) Structural Steel Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 2" X 4"x 6m Steel Channel 10 Pcs. 3/16" X 2" X 2" X 20' Angle Bar 25 Pcs. 1/8" X 1 1/2" X 2" X 20' Angle Bar 3 Pcs. 3/16" X 2" X 20' Flat Bar 23 Pcs. 2" X 4" X 20' Steel Purlins (1.5mm) 14 Kgs. Welding Rod Consumables ( 5 % Of Material Cost) C.7. Roofing Works 1013(1) Corrugated Metal Roofing Est. Qty. 55.04 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 20 Pcs. #26 X 1m X 5m, 5 Rib Type Roof (pre-painted) 10 Pcs. #26 X 8' Plain G.i. Gutters 15 Pcs. #26 G.i. Fascia, 8' 10 Pcs. 1/2" X 10" X 10' Hardi Senepa 2,000 Pcs. Metal Tekscrew 9 Boxes 1/8" Ø X 1/2" Blind Rivets 7 Box 3/16" Ø X 1/2" Blind Rivets 68 Mts. 10mm Thk. Insulation Roof Blanket 14 Pcs. P.g.i. Gutter Straps & Supports Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1002(4) Sanitary/ Plumbing Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Water Closets, Brauhm, White With Bidette And Complete Accessories 1 Set Lavatory, Brauhm Or Hcg, Counter Type White With Drain Accessories & Faucet & Supply Accessories 1 Set Urinal, White Hcg, Complete With Drain Accessories And Water Supply Fittings And Accessories. 2 Pc 4 X 4 Ss Floor Drins With Strainer 1 Pc Ss Faucet 1 Set 10" Exhaust Fan (ceiling Type) 1 Pc. 70cm X 80 Cm Facial Mirror 2 Rolls Teflon Tape 1001(9) Storm Drainage And Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 10 Pcs. 3"ø X 10" Pvc Pipe 12 Pcs. 3"ø X 45° Pvc Elbow 3 Pcs. 3"ø X 90° Pvc Elbow 18 Pcs. 3"ø Pipe Straps And Accessories 3 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent 1002(24) Waterline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 3/4"ø X 4m, Ppr Pipes, (#16) 4 Pcs. 1/2"ø X 4m, Ppr Pipes, (#16) 2 Pcs. 3/4"ø Gate Valve, Ppr 8 Pcs. 3/4"ø Elbow Ppr 15 Pcs. 1/2"ø Elbow Ppr 4 Pcs. 3/4" X 1/2" Ppr Tee Reducer 4 Pcs. 1/2"ø Ppr Threaded Tee 5 Pcs. 1/2" Ø Cap 3 Pcs. 3/4 X 1/2" Couplings 2 Liter Solvent 1001(8) Sewerline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4"ø X 3m Pvc Pipe 3 Pcs. 3"ø X 3m Pvc Pipe 4 Pcs. 2"ø X 3m Pvc Pipe 2 Pcs. 2"ø Ordinary P-trap With Clean Out 1 Pcs. 4"ø X 90° Pvc Elbow 2 Pcs. 4"ø X 45° Pvc Elbow 5 Pcs. 4"ø X 4"ø Pvc Tee 5 Pcs. 4"ø X 3"ø Coupling Reducer 5 Pcs. 3"ø Clean Out 1 Pcs. 4"ø X 2"ø Pvc Tee 3 Pcs. 4"ø X 3"ø Pvc Wye 3 Pcs. 4"ø X 4"ø Pvc Wye 3 Pcs. 2"ø X 2"ø Pvc Tee 8 Pcs. 2"ø X 2"ø X 90° Pvc Elbow 1 Pcs. 3"ø X 2"ø Pvc Tee 2 Pcs. 3"ø X 45° Pvc Elbow 2 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 60 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 10 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 42 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 24 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 150 M. 2.0mm² Thhn Wires, Stranded 100 M. 3.5mm² Thhn Wires, Stranded 60 M. 5.5mm² Thhn Wires, Stranded 30 M. 8.0mm² Thhn Wires, Stranded 3 Sets Single Pole Swtch With Plate 2 Sets 2-gang Switch With Plate 4 Sets 3-gang Switch With Plate 14 Pcs. Duplex Convenience Outlet, Grounding Type (unversal),240v 2 Pcs. Special Purpose Outlet, Grounding Type (unversal),240v Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 70 At, 2p, 230v Circuit Breaker 2 Sets 30 At, 2p, 230v Circuit Breaker 2 Sets 20 At, 2p, 230v Circuit Breaker 2 Sets 15 At, 2p, 230v Circuit Breaker 1 Set 8-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 5 Sets Chandelier, Small Type 12 Sets Pinlights, 3"ø 6 Watts, Dl 17 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 2 Sets Pinlights, 3 1/2"ø 14 Watts, Dl, Tiltable 4 Sets Pinlights, 11 Watts, Dl 4 Sets Cove Lights, 3m Long, Tri-color 3 Sets Wall Bracket Lights 2 Sets Emergency Lights F. Mechanical Works 1200(13) Airconditioning Est. Qty. 1 L.s. A. Labor B. Equipment C. Materials 1 Set 2.0hp Wall Mounted Type Inverter (installed) 1 Set 1.0hp Wall Mounted Type Inverter (installed) 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 2.4 Million (USD 41.2 K)

City Of Olive Branch Tender

Civil And Construction...+1Water Storage And Supply
United States
Details: Legal Notice To Bidders Sealed Bids For The Construction Of Fairhaven Raw Water Well Replacement Project, Will Be Received By The City Of Olive Branch At 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 Until 2:00 P.m. Local Time On Monday, January 13, 2025, And Thereafter Will Be Opened And Publicly Read. The Project Consists Generally Of The Construction Of One 1,000 Gallon Per Minute Raw Groundwater Supply Well, Including All Drilling, Test Holes, Raw Water Analysis, Reaming, Casings, Screen, Gravel Wall, Well Development, Well Testing, Well Cleaning, Cctv Inspection, Construction Of Pump Foundation, Well Pump, Discharge Head, Column Assembly, Shafts, Suction Pipe, Electric Motor, Water Level Indicator, Pressure Gauge, Discharge Piping, Check Valves, Flow Meter, Gate Valves, Insulation, Connection To The Existing Raw Water Line, Painting, Electrical And Controls, Site Work, Fencing, Site Restoration, Final Cleaning, And All Other Necessary And Appurtenant Work Required To Complete The Work As Described In These Specifications And Detailed In The Drawings. A Non-mandatory Pre-bid Meeting Will Be Held At 2:00 P.m. On Monday, January 6, 2025, In The 1st Floor Conference Room Of City Hall Located At 9200 Pigeon Roost Road, Olive Branch, Mississippi. Plans, Specifications And Contract Documents May Be Picked Up At The Office Of Karen Mcneil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) Or Via Email At Karen.mcneil@obms.us. In Addition, Official Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids Can Be Submitted At Www.centralbidding.com. Electronic Bids Are Due The Same Time And Date As Sealed Bids. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Each Bid Must Be Submitted In A Sealed Envelope, Addressed To The City Clerk, City Of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each Envelope Must Be Plainly Marked On The Outside As “re-bid Fairhaven Raw Water Well Replacement Project” And Must Bear On The Outside The Date The Bid Is To Be Opened. Opened Bids Will Be Presented For Consideration At A Regular Meeting Of The Mayor And Board Of Aldermen Of The City Of Olive Branch. Each Bid Shall Be Accompanied By A Bidder’s Bond Issued By A Surety Company Licensed To Operate In The State Of Mississippi, In The Amount Of 5% Of The Total Bid Price, As A Guarantee That If The Bid Is Accepted, The Bidder Will Enter Into A Contract And Execute The Performance And Payment Bonds In The Form And Within The Time Specified. The Successful Bidder Will Be Required To Execute A Performance Bond And A Payment Bond, Each In The Amount Of 100% Of The Contract, Issued By A Surety Company Licensed To Operate In The State Of Mississippi And Shall Be Named In The Current List Of "companies Holding Certificates Of Authority As Acceptable Sureties On Federal Bonds And As Acceptable Reinsuring Companies" As Published In Circular 570 (amended) By The Audit Staff Bureau Of Accounts, U.s. Treasury Department. Each Bidder Shall Have A Certificate Of Responsibility To Bid On Contracts For Public Projects In Which The Bid Price Exceeds $50,000.00 And For Private Projects In Which The Bid Price Exceeds $100,000.00 As Required By The Laws Of The State Of Mississippi. Each Bidder Shall Show On The Outside Of The Envelope Containing His Bid: His Current Certificate Of Responsibility Number And Expiration Date Or If Applicable, A Statement Certifying That The Bid Enclosed Does Not Exceed $50,000.00 For A Public Project Or $100,000.00 For A Private Project. Failure To Show These Items On The Outside Of The Envelope Containing The Bid Will Result In The Bid Being Returned To Bidder Unopened. No Bidder May Withdraw His Bid For A Period Of Sixty (60) Days After Date Of Actual Bid Opening, Without The Owner's Consent. The City Of Olive Branch Reserves The Right To Reject Any Or All Bids In Whole Or In Part, With Or Without Cause; And To Accept The Lowest Bid Which In Its Judgment Will Be For The Best Interest Of The City Of Olive Branch. Witness My Signature This The 19th Day Of November, 2024. /s/ Tena Stewart, City Clerk
Closing Date13 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Presolicitation Notice for w912gb25r00012: Two-phase Design-bid-build (dbb) And Design-build (db) Multiple Award Task Order Task Order (matoc) Indefinite-delivery, Indefinite-quantity (idiq) Construction Contract For Turkey 1. Anticipated Project Title: Design-build (db) And Design-bid-build (dbb) Construction $98m multiple Award Task Order Contract (matoc) In Support Of Department Of Defense (dod) And Federal Agencies Located On Military Installations Or In Support Of Defense Operations Within Turkey 2. Agency: U.s. Army Corps Of Engineers (usace) Europe District (nau) 3. Naics: 236220, Commerical And Institutional Building Construction 4. Contract Specialist: Leah Beyer, Leah.m.beyer@usace.army.mil 5. Place Of Performance: Turkey 6. Solicitation Number: W912gb-25-r-0012 7. Description: Usace Nau Intends To Award A Target Of Five (5) Indefinite Delivery Indefinite Quantity (idiq) Matocs For Db/dbb Construction Providing New Facilities And Real Property Repair And Maintenance In Support Of Defense Operations Within Turkey. Task Orders Will Primarily Include, But Are Not Limited To, New Building Construction, General Building Repair And Renovation, Road And Pavement Repair, General Environmental, Incidental Minor Construction, Excavation, Plumbing, Demolition, Electrical, Structural, Mechanical, Concrete Work, And Environment Remedial Work (hazardous Waste Abatement And Disposal). 8. Type Of Contract: This Solicitation Will Be For Award Of Firm-fixed-price Idiq Matoc. Use Of The Matoc Will Provide The Government With A Construction Project Delivery Method That Can Help Minimize Design Effort And Related Overhead Expenditures, As Well As Handle Compressed Schedules. 9. Type Of Set-aside: This Acquisition Will Be An Unrestricted Action Under Full And Open Competitive Conditions. 10. Selection Process: The Government Will Utilize The Two-phase Db Selection Procedures In Accordance With Far 36.303. In Phase One, The Government Will Evaluate The Performance Capability Proposals In Accordance With The Criteria Described In The Eventual Solicitation And Intends To Select A Target Of Five (5) Of The Most Highly Qualified Phase One Offerors To Compete In Phase Two. Offerors Will Be Notified If They Have Or Have Not Been Selected To Participate In Phase Two By The Contracting Officer. In Phase Two, The Most Highly Qualified Offerors Will Submit Proposals In Accordance With The Eventual Solicitation Criteria. The Government’s Phase Two Evaluation Approach Will Utilize The Best Value Tradeoff Process For Source Selection In Accordance With Far 15.101-1 To Determine Best Value. 11. Contract Magnitude: The Term Of The Resultant Contracts Will Be A Base Period Of Five (5) Years. The Contemplated Contracts’ Shared Capacity Is Not Exceed $98,000,000.00. Individual Projects Issued Under The Matocs Will Contain Their Own Estimated Values. 12. Pre-proposal Conference: The Solicitation Will Provide Further Information On The Pre-proposal Conference. 13. Solicitation Websites: Offerors Are Cautioned To Ensure That They Are Fully Registered in Sam In Advance Of Proposal Submission, Throughout The Proposal Review Period, And Through Contract Completion And Warranty. Failure To Maintain Sam Registration May Render Your Proposal Ineligible For Award. Solicitation Documents, Plans And Specifications Will Only Be Available Via Sam.gov (https://sam.gov/) Website. all Rfp Documents Will Be Made Available For Viewing On Sam.gov (https://sam.gov/). All Amendments Will Be Made Available For Viewing On Sam.gov (https://sam.gov/). It Shall Be The Offeror’s Responsibility To Check The Website For Any Amendments. Please Refer To Instructions In The Eventual Solicitation On How To Submit Proposals. 14. Anticipated Solicitation Release Date And Award Date: The Government Anticipates Releasing The Solicitation On Or About 3 February 2025. 15. Point-of-contact: The Usace Nau Contracting Office Will Be The Sole Point-of-contact For This Solicitation. The Primary Contracting Point Of Contact For This Solicitation Is Contract Specialist, leah M Beyer, At Leah.m.beyer@usace.army.mil And Contracting Officer, Ryan Fernandez, At Ryan.d.fernandez@usace.army.mil.
Closing Date1 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0134 - Construction (completion) Of Multi-purpose Building At Barangay B. Del Mundo, Mansalay, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay B. Del Mundo, Mansalay, Oriental Mindoro, Phase Ii/25ei0134. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay B. Del Mundo, Mansalay, Oriental Mindoro, Phase Ii Contract Id : 25ei0134 Location : Mansalay, Oriental Mindoro Scope Of Works : Completion Of 1 Unit Multi- Purpose Building. The Scope Of Works Includes Complete Masonry Painting To The Exterior Walls Of The Building, Complete Interior Painting Of Ground Floor Walls And Exposed Slab Ceiling, Complete Cement Plastering On All Walls Throughout The Building, Installation Of Ceiling Systems On The Second Floor, Toilet And Stage, Installation Of Tile Works On Ground Floor And Stairs. Electrical And Mechanical Works, Construction Of Additional Wall And Extension Of Wall On Stage, Remove And Replace Of Ceiling At Bdrrmo And Installation Of Doors, Windows, And Plumbing Fixtures Are Also Included. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 – February 04, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 04, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 04, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date4 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid No. 2025-01 1. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, Los Baños, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 8 Name Of Contract : Construction (completion) Of Multi-purpose Building, Barangay San Antonio, Los Banos, Laguna Contract Id No. : 25di0054 Contract Location : Barangay San Antonio, Los Banos, Laguna Scope Of Works : Completion Of Gymnasium (earthworks, Wall Footing, Chb, Plastering, Painting, Roofing, Doors And Windows, Electrical And Plumbing Works) Approved Budget For The Contract : Php 10,890,000.00 Source Of Funds : General Appropriations Act (gaa) Fy 2025 Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 5, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 @ 10:00 A.m. At Dpwh Multi-purpose Building, Brgy. Bambang, Los Baños, Laguna, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna2@dpwh.gov.ph For Electronic Submission On Or Before February 5, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 5, 2025 And Will Be Immediately Open After The Deadline Of Submission Of Bids At Dpwh Multi-purpose Building, Brgy. Bambang, Los Baños, Laguna. 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. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janne P. Garcia - Rosales Bac, Vice - Chairperson Telephone No. (049) 557-2315 Email Address: Bac.dpwhlag2deo@gmail.com Jes Morris D. Tobias Bac Secretariat Head Procurement Unit Telephone No. (049) 557-2315 Email Address: Bac.dpwhlag2deo@gmail.com Department Of Public Works And Highways Laguna 2nd District Engineering Office Brgy. Bambang, Los Baños, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_laguna2@dpwh.gov.ph January 17, 2025 Approved By: Sgd. Janne P. Garcia-rosales Engineer Iii Bac Vice - Chairperson
Closing Date10 Feb 2025
Tender AmountPHP 10.8 Million (USD 187.6 K)
7281-7290 of 7364 archived Tenders