Electrical Work Tenders
Electrical Work Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 7.9 Million (USD 135.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2024-171) For Construction Of Multi-purpose Building (barangay Hall), Barangay Mercedes, Caraga, Davao Oriental Caraga, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php7,920,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0082 – Construction Of Multi-purpose Building (barangay Hall), Barangay Mercedes, Caraga, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0082 Contract Name : Construction Of Multi-purpose Building (barangay Hall), Barangay Mercedes, Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction Of Barangay Hall • Earthworks, Plain And Reinforced Concrete Works, Finishing Works, Plumbing/sanitary Works, Electrical Works, And Mechanical Works Approved Budget For The Contract (abc) : Php7,920,000.00 Contract Duration : 120 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 (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 4:00pm 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). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 14, 2025 Until 10:00 A.m. From Given 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 Php10,000.00. 7. 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. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On December 16, 2024 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before January 14, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 14, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd)wilfredo L. Metucua Engineer Iii/chief, Maint. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: December 18, 2024 To December 24, 2024 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 24.7 Million (USD 427.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-151) For Construction Of New School Building, Potenciano A. Mabanding Integrated School, Barangay San Pedro, Caraga, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php24,750,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0146 – Construction Of New School Building, Potenciano A. Mabanding Integrated School, Barangay San Pedro, Caraga, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0146 Contract Name : Construction Of New School Building, Potenciano A. Mabanding Integrated School, Barangay San Pedro, Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction Of New School Building • Earthworks, Plain And Reinforced Concrete Works, Finishing Works, Plumbing/sanitary Works, Electrical Works, And Mechanical Works Approved Budget For The Contract (abc) : Php24,750,000.00 Contract Duration : 120 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 (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 4:00pm 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). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 To February 13, 2025 Until 10:00 A.m. From Given 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 Php25,000.00. 7. 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. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On February 13, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 24, 2025 To January 30, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 7.9 Million (USD 135.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2024-175) For Construction Of Multi-purpose Building, Barangay Palma Gil, Caraga, Davao Oriental Caraga, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php7,920,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0085 – Construction Of Multi-purpose Building, Barangay Palma Gil, Caraga, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0085 Contract Name : Construction Of Multi-purpose Building, Barangay Palma Gil, Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction Of Multi-purpose Building • Earthworks, Plain And Reinforced Concrete Works, Finishing Works, Plumbing/sanitary Works, Electrical Works, And Mechanical Works Approved Budget For The Contract (abc) : Php7,920,000.00 Contract Duration : 120 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 (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 4:00pm 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). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 16, 2025 Until 10:00 A.m. From Given 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 Php10,000.00. 7. 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. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 16, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Maint. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: December 20, 2024 To December 26, 2024 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2025-037) For Construction Of Multi-purpose Building For The Indigenous People Of Davao Oriental, Caraga, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php5,940,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0129 – Construction Of Multi-purpose Building For The Indigenous People Of Davao Oriental, Caraga, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0129 Contract Name : Construction Of Multi-purpose Building For The Indigenous People Of Davao Oriental, Caraga, Davao Oriental Location : Caraga, Davao Oriental Scope Of Works : • Construction Of Multi-purpose Building For The Indigenous People • Earthworks, Plain And Reinforced Concrete Works, Finishing Works, Plumbing/sanitary Works, Electrical Works, And Mechanical Works Approved Budget For The Contract (abc) : Php5,940,000.00 Contract Duration : 100 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 (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 4:00pm 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). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 06, 2025 Until 10:00 A.m. From Given 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 Php10,000.00. 7. 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. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On February 6, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Const. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: January 17, 2025 To January 23, 2025 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 7.8 Million (USD 134.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Lucod, Baganga, Davao Oriental Invitation To Bid (itb No. 2024-172) For Construction Of Evacuation Center, Barangay Mabini, Manay, Davao Oriental Manay, Davao Oriental 1. The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office, Through The Fy 2025 Regular Infra Program Intends To Apply The Sum Of Php7,840,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25lf0083 – Construction Of Evacuation Center, Barangay Mabini, Manay, Davao Oriental, Manay, Davao Oriental Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office, Thru Its Bids And Awards Committee (bac), Invites Bids For The Hereunder Works: Contract Id : 25lf0083 Contract Name : Construction Of Evacuation Center, Barangay Mabini, Manay, Davao Oriental Location : Manay, Davao Oriental Scope Of Works : • Construction Of Evacuation Center • Earthworks, Plain And Reinforced Concrete Works, Finishing Works, Plumbing/sanitary Works, Electrical Works, And Mechanical Works Approved Budget For The Contract (abc) : Php7,840,000.00 Contract Duration : 120 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 (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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 4:00pm 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). 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highway Davao Oriental 1st District Engineering Office And Inspect The Bidding Documents At Procurement Office, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental During Weekdays From 8:00 Am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 16, 2025 Until 10:00 A.m. From Given 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 Php10,000.00. 7. 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. 8. The Department Of Public Works And Highways Davao Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 10:00 A.m. At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Videoconferencing/webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Facebook Page: Dpwh Davao Oriental 1st Deo - Bac (https://www.facebook.com/dpwh-davao-oriental-1st-deo-bac-109051221022684/) And Via Zoom Application With Meeting Id: 4206160051 Password:dpwhbga On The Dates Above. 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 Bds Itb Clause 17. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id And Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) And Contact Number For The Authenticity And Veracity Of Said Authorization Letter. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_davaooriental1@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 16, 2025, Immediately After The Deadline For The Submission Of Bid, At The Conference Room, 2nd Floor, Dpwh Building, Lucod, Baganga, Davao Oriental And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highway Davao Oriental 1st 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Odessa T. Manligoy Head, Bac Secretariat Dpwh Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com (sgd.)wilfredo L. Metucua Engineer Iii/chief, Maint. Section Bac, Chairperson Davao Oriental First District Engineering Office Lucod, Baganga, Davao Oriental Tel. No. (087) 306-2988 Do1bac@yahoo.com Date Of Posting: December 20, 2024 To December 26, 2024 Dpwh & Philgeps Websites Bulletin Board, Dpwh Davao Oriental 1st Deo Compound
DoH Health Estates Tender
Civil And Construction...+1Civil Works Others
United Kingdom
Closing Date13 Jan 2025
Tender AmountGBP 25.5 Million (USD 31.3 Million)
Details: The Contracting Authority Is Seeking To Appoint Up To 8 Nr Economic Operators To A Framework, Under Which The Contracting Authority May Enter Into Call-off Contracts For The Provision Of Mechanical / Plumbing Maintenance And Minor Installation Works. Works Will Often Be Within Complex, Occupied, Operational, Clinical Environments Where The Contractor Must Work In Accordance With Strict Constraints And Control Measures Such As Infection Control Risk Assessments, Policies, Procedures And Permit Systems. Any Call-off Contracts Awarded Under The Terms Of The Framework Agreements Shall Be Comprised Of The Nec4 Term Service Short Contract As Amended By The Contracting Authority. Minor Works May Comprise Projects, New Buildings, Extensions To Existing Buildings, Conversion/refurbishment Of Existing Buildings, Works To Ensure Compliance With Various Legislative Requirements, E.g. Legionella, Fire Safety, Dda, Asbestos Regulations, Mechanical And Electrical Engineering Works And Enabling Works In Advance Of Major Capital Works Schemes. The Contracting Authority Is Not Under Any Obligation To Award Any Contracts Or Call-off Contracts Or Instruct Any Task Orders (as Defined Under The Nec4 Term Service Short Contract) Under A Call-off Contract. The Contracting Authority Is Not Responsible For Meeting Any Costs Incurred By The Economic Operator Should The Quantity Of Work Fall Short Of Economic Operators’ Expectations. It Is Expected That The Economic Operators Shall Adopt An Integrated Supply Chain Approach To Managing The Provision Of The Works To Be Delivered Under The Framework And Any Call-off Contract. Each Economic Operator Will Be Expected To Have Significant Flexible And Readily Available Resources In Order To Provide The Contracting Authority With A Rapid Response And An Ability To Deal With Emergency Type Works. It Is A Condition Of The Term Service Contract That Economic Operators Shall Make Provision To Have Available Resource To Carry Out Any Works Required 24 Hours Per Day 365 Days Per Year (including All Weekends And All Holiday Periods). Successful Tenderers Shall Be Appointed To The Framework For A Period Of Three Years, With An Optional Fourth Year Extension, At The Sole Discretion Of The Contracting Authority. It Is Anticipated That Any Call-off Term Service Contracts Awarded May Have A Term Of Up To Three Years, With An Optional Additional Year Extension, At The Sole Discretion Of The Contracting Authority Subject To The Terms Of The Relevant Call-off Contract. Economic Operators Should Note That The Contracting Authority Shall Also Seek To Appoint Separate Term Service Contracts With Electrical, Building And Asbestos Removal Economic Operators. The Framework And Any Term Service Contract With The Economic Operator Will Be Based On Partnering And May Involve Working In Conjunction With Other Contractors Appointed Directly By The Contracting Authority. This Role May Be As Principal Contractor Or As Partnering Contractor To Other Term Service Contract Providers Appointed Directly By The Contracting Authority.
Department Of The Interior And Local Government - DILG Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 380 K (USD 6.5 K)
Details: Description Republic Of The Philippines Department Of The Interior And Local Government Regional Office No. Ix President Corazon C. Aquino Regional Government Center, Brgy. Balintawak, Pagadian City 7016 Www.region9.dilg.gov.ph Regional Bids And Awards Committee (rbac) Invitation To Bid The Department Of The Interior & Local Government, Regional Office No. Ix, Pagadian City, Through Its Bids And Awards Committee (bac) Invites Suppliers/distributors To Bid For The Hereunder Project: Name Of Project : Maintenance Of Office Building And Facilities For Cy 2025 Proponent : Fad R9-2025-01-051 Location: Pagadian City Brief Description: Lot 1 1 Lot Maintenance Of Office Building And Facilities - Water Tank Cleaning- Quarterly - Pest Control- Every Other Month Lot 2 1 Lot Maintenance Of Office Building And Facilities - Electrical Maintenance Works- Based On Actual Works - Plumbing Maintenance Works - Carpentry Works- As Needed Approved Budget For The Contract: Php380,000.00 Contract Duration : 294 Days All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post Qualification And Awards Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed Below As Follows: Activities Schedule: 1. Issuance Of Bid Documents - February 12, 2025 2. Pre-bid Conference – N/a 3. Submission Of Eligibility- February 21, 2025 @ 10:00am Requirements & Bid Quotation Note: Late Bid Will Not Be Accepted 4. Opening Of Bids - February 21, 2025 @ 10:00am 5. Bid Evaluation – February 24, 2025 6. Post-qualification – February 26, 2025 7. Award Of Contract - Not Later Than 30 Days From Post Qualification Bid Documents Shall Be Available To Eligible Bidders Upon Payment Of A Non – Refundable Amount Of Php500.00 To The Department Of The Interior And Local Government Regional Office 9 Cashier, Thru The Rbac Secretariat. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Www.philgeps.gov.ph , Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Department Of Interior And Local Government (dilg) 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. The Invitation To Bid Is Not An Integral Part Of The Bidding Document. Dilg Regional Office No. 9 Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders Or Any Expenses To Be Incurred In The Preparation Of The Bid. Approved: (sgd.) Alvin Rex M. Lucero Chairperson, Rbac
City Of Valencia Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 28.5 Million (USD 492.7 K)
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 11-2025 01/28/2025 Invitation To Bid For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Twenty-eight Million Five Hundred Thousand Four Hundred Twenty-nine Pesos And 74/100 (php 28,500,429.74) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Construction Of Multi-purpose Building (city Engineering Office Building) At Barangay Bagontaas, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost 1 1 Lot Construction Of Multi-purpose Building (city Engineering Office Building) See Attached Plan And Specifications Php28,500,429.74 Scope Of Works: Construction Of City Engineering Office (ceo): Scope; A.) Application Of Permits And Clearances, B.) Fabrication And Installation Of Project Billboard And Signboard, C.) Occupational Safety And Health Program, D.) Project Mobilization And Demobilization, E.) Clearing And Grubbing, F.) Structure Excavation, Embankment And Gravel Fill Of Concrete Structures, G.) Construction Of Reinforced Concrete Structures With Metal Reinforcement Such As Footing, Wall Footing, Columns, Beams, Floor Slab And Roof Deck, H.) Fabrication And Installation Of Formworks And Falseworks, I.) Laying Of 100mm Chb With Cement Plaster Finish, J.) Installation Of Doors And Windows, K.) Installation Of Spandrel Ceiling With Metal Frame, L.) Installation Of Unglazed Tiles, M.) Application Of Waterproofing Cement Base, N.) Painting Of Concrete And Steel Structures, O.) Fabrication And Installation Of Structural Steel Roof Framing, Metal Roofing Sheet And Accessories, P.) Fabrication And Installation Of Stainless Steel Built-up Letters, Fascia Frame And Board, Q.) Installation Of Sanitary Pipes And Fittings, Water Supply Pipes And Fittings (including Water Pump And 2 Stainless Steel Water Tank) And Storm Drainage And Downspout, R.) Installation Of Electrical Conduits And Boxes, Wires And Wiring Devices, Panel Boards And Lighting Fixtures (which Also Include Wirings And Devices For The Preparation Of All Air Conditioners), S.) Installation Of Fire Alarm System, Network Cabling, Closed-circuit Television (cctv) And Fire Extinguisher As Per Approved Pow, Plans, And Specifications. Part I Other General Requirements B.3 (1) 1.00 L.s. Permits And Clearances B.5 (1) 1.00 Ea. Project Billboard / Signboard B.7 (1) 1.00 L.s. Occupational Safety And Health Program B.9 (1) 1.00 L.s. Mobilization / Demobilization Part A Earthwork 800 (1) 880.90 Sq.m Clearing And Grubbing 803 (1) A 402.96 Cu.m. Structure Excavation (common Soil) 804 (1) A 382.71 Cu.m. Embankment From Structure Excavation(common Soil) 804 (7) 68.82 Cu.m. Gravel Fill Part B Plain And Reinforced Concrete Work 900 (1) C 460.94 Cu.m. Structural Concrete (3000psi, Class A, 28 Days) 902 (1) A1 76,634.61 Kg. Reinforcing Steel (deformed, Grade 40 Main Bar & Grade 33 Shear Reinforcement ) 903 (2) 2,655.87 Sq.m. Formworks And Falseworks C.1 Masonry Works 1046 (2) A1 1,211.07 Sq.m. Chb Non Load Bearing (including Reinforcing Steel, 100mm) C.2 Fabricated Materials 1006 (5) 3.00 Set Fire Rated Fire Exit Steel Door 1007 (1) B 25.20 Sq.m. Aluminum Framed Glass Door (swing Type) 1008 (1) C 161.53 Sq.m. Aluminum Glass Windows (awning Type) 1008 (1) D 111.13 Sq.m. Aluminum Glass Windows (fixed Type) 1010 (2) B 38.43 Sq.m. Doors (wooden Panel) C.3 Finishing Works 1003 (1) E2 167.45 Sq.m. Ceiling (prepainted Metal Panel On Metal Frame)-spandrel 1003 (1) H 176.17 Sq.m. Ceiling (pvc Panel On Metal Frame) 1003 (1) E1 73.62 Sq.m. Ceiling (gypsum Board On Metal Frame) 1003 (11) A1 30.65 M Fascia Board (9mm Thk. Fiber Cement Board) 1018 (5) 312.54 Sq.m. Glazed Tiles 1018 (2) 219.42 Sq.m. Unglazed Tiles 1021 (1) A 13.64 Sq.m. Cement Floor Finish (plain Non-skid) 1021 (1) C 1,001.44 Sq.m. Cement Floor Finish (with Floor Hardener) 1027 (1) 2,885.44 Sq.m. Cement Plaster Finish 1016(1)a 601.14 Sq.m. Waterproofing Cement Base C.4 Painting Works 1032 (1) A 2,959.06 Sq.m. Painting Works (masonry) 1032 (1) C 933.80 Sq.m. Painting Works (steel) C.5 Roof Framing And Roofing Works 1013 (2) F 45.00 L.m. Fabricated Metal Roofing Accessory - End Capping, 0.4mm Thk. 1013 (2) B1 17.00 L.m. Fabricated Metal Roofing Accessory - Gutter, 0.4mm Thk. 1014 (1) B2 233.10 Sq.m. Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm) 1047 (6) 9,193.43 Kg Structural Steel 1047 8) B 1,638.34 Kg. Structural Steel (purlins) 1047 (4) 88.00 Kg. Metal Structure Accessories (cross Bracing) 1047 (6) 162.63 Kg. Metal Structure Accessories (steel Plates) 1047 (4) A 37.72 Kg. Metal Structure Accessories (bolts) 1047 (5) B 72.71 Kg. Metal Structure Accessories (sagrods) - 12mmø 1047 (8) A 1,416.80 Kgs Structural Steel (trusses) Spl-i 1.00 L.s. Stainless Steel Built Up Letters C.6 Plumbing Works 1001 (5) B 6.00 Ea. Catch Basin (chb) 1001 (8) 1.00 L.s. Sewer Line Works 1001 (9) 1.00 L.s. Storm Drainage And Downspout 1001 (11) 1.00 L.s. Septic Vault (concrete) 1002 (4) 1.00 L.s. Plumbing Fixtures 1002(24) 1.00 L.s. Cold Water Lines 1002 (27) 1.00 L.s. Plumbing Works Part D Electrical Work 1100 (10) 1.00 L.s. Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) 1101 (33) 1.00 L.s. Wires And Wiring Devices 1102 (2) B 1.00 L.s. Panel Board With Main/branch Breakers 1103 (1) 1.00 L.s Lighting Fixture And Lamps 1109 (1) 1.00 L.s Grounding System 1111 1.00 L.s. Miscellaneous Electrical/civil Works 1200 1.00 L.s. Air Conditioning And Ventilating System Part E Mechanical Work 1208 (1) 1.00 L.s Fire Alarm System (fdas) 1106 (1) 1.00 L.s. Closed-circuit Television (cctv) 1105 (20) 1.00 L.s. Network Cabling 1202 (6) A1 1.00 Set Fire Extinguisher (10 Lbs., Abc With Bracket) Php28,500,429.74 Required Number Of Days For Completion Is 300 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. 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". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 29, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Twenty-five Thousand Pesos (php 25,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On February 3, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On February 6, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 20, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 20, 2025at Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
DoH Health Estates Tender
Civil And Construction...+1Civil Works Others
United Kingdom
Closing Date13 Jan 2025
Tender AmountGBP 38.4 Million (USD 47.2 Million)
Details: The Contracting Authority Is Seeking To Appoint Up To 8 Nr Economic Operators To A Framework, Under Which The Contracting Authority May Enter Into Call-off Contracts For The Provision Of Building Maintenance And Minor Building Works. Works Will Often Be Within Complex, Occupied, Operational, Clinical Environments Where The Contractor Must Work In Accordance With Strict Constraints And Control Measures Such As Infection Control Risk Assessments, Policies, Procedures And Permit Systems. Any Call-off Contracts Awarded Under The Terms Of The Framework Agreement Shall Be Comprised Of The Nec4 Term Service Short Contracts As Amended By The Contracting Authority. The Call-off Contracts May Incorporate, Civil Engineering, Roofing, Flooring, Windows, Painting, Glazing Works And Other Related Specialist Works. Minor Works May Comprise Projects, New Buildings, Extensions To Existing Buildings, Conversion/refurbishment Of Existing Buildings, Works To Ensure Compliance With Various Legislative Requirements, E.g. Legionella, Fire Safety, Dda, Asbestos Regulations, Mechanical And Electrical Engineering Works And Enabling Works In Advance Of Major Capital Works Schemes. The Contracting Authority Is Not Under Any Obligation To Award Any Contracts Or Call-off Contracts Or Instruct Any Task Orders (as Defined Under The Nec4 Term Service Short Contract) Under A Call-off Contract. The Contracting Authority Is Not Responsible For Meeting Any Costs Incurred By The Economic Operator Should The Quantity Of Work Fall Short Of Economic Operators’ Expectations. It Is Expected That The Economic Operators Shall Adopt An Integrated Supply Chain Approach To Managing The Provision Of The Works To Be Delivered Under The Framework And Any Call-off Contract. Each Economic Operator Will Be Expected To Have Significant Flexible And Readily Available Resources In Order To Provide The Contracting Authority With A Rapid Response And An Ability To Deal With Emergency Type Works. It Is A Condition Of The Term Service Contract That Economic Operators Shall Make Provision To Have Available Resource To Carry Out Any Works Required 24 Hours Per Day 365 Days Per Year (including All Weekends And All Holiday Periods). Successful Tenderers Shall Be Appointed To The Framework For A Period Of Three Years, With An Optional Fourth Year Extension, At The Sole Discretion Of The Contracting Authority. It Is Anticipated That Any Call-off Term Service Contracts Awarded May Have A Term Of Up To Three Years, With An Optional Additional Year Extension, At The Sole Discretion Of The Contracting Authority Subject To The Terms Of The Relevant Call-off Contract. Economic Operators Should Note That The Contracting Authority Shall Also Seek To Appoint Separate Term Service Contracts With Electrical, Mechanical And Asbestos Removal Economic Operators. The Framework And Any Term Service Contract With The Economic Operator Will Be Based On Partnering And May Involve Working In Conjunction With Other Contractors Appointed Directly By The Contracting Authority. This Role May Be As Principal Contractor Or As Partnering Contractor To Other Term Service Contract Providers Appointed Directly By The Contracting Authority.
Belfast Health And Social Care Trust Tender
Electrical and Electronics...+1Electrical Works
United Kingdom
Closing Date13 Jan 2025
Tender AmountGBP 34.9 Million (USD 42.9 Million)
Details: Term Service Framework For Electrical Maintenance And Minor Installation Works For Belfast Health And Social Care Trust (2024) (re-issue)-the Contracting Authority Is Seeking To Appoint Up To 8 Nr Economic Operators To A Framework, Under Which The Contracting Authority May Enter Into Call-off Contracts For The Provision Of Electrical Maintenance And Minor Installation Works. Works Will Often Be Within Complex, Occupied, Operational, Clinical Environments Where The Contractor Must Work In Accordance With Strict Constraints And Control Measures Such As Infection Control Risk Assessments, Policies, Procedures And Permit Systems. Any Call-off Contracts Awarded Under The Terms Of The Framework Agreements Shall Be Comprised Of The Nec4 Term Service Short Contract As Amended By The Contracting Authority. Minor Works May Comprise Projects, New Buildings, Extensions To Existing Buildings, Conversion/refurbishment Of Existing Buildings, Works To Ensure Compliance With Various Legislative Requirements, E.g. Legionella, Fire Safety, Dda, Asbestos Regulations, Mechanical And Electrical Engineering Works And Enabling Works In Advance Of Major Capital Works Schemes. The Contracting Authority Is Not Under Any Obligation To Award Any Contracts Or Call-off Contracts Or Instruct Any Task Orders (as Defined Under The Nec4 Term Service Short Contract) Under A Call-off Contract. The Contracting Authority Is Not Responsible For Meeting Any Costs Incurred By The Economic Operator Should The Quantity Of Work Fall Short Of Economic Operators’ Expectations. It Is Expected That The Economic Operators Shall Adopt An Integrated Supply Chain Approach To Managing The Provision Of The Works To Be Delivered Under The Framework And Any Call-off Contract. Each Economic Operator Will Be Expected To Have Significant Flexible And Readily Available Resources In Order To Provide The Contracting Authority With A Rapid Response And An Ability To Deal With Emergency Type Works. It Is A Condition Of The Term Service Contract That Economic Operators Shall Make Provision To Have Available Resource To Carry Out Any Works Required 24 Hours Per Day 365 Days Per Year (including All Weekends And All Holiday Periods). Successful Tenderers Shall Be Appointed To The Framework For A Period Of Three Years, With An Optional Fourth Year Extension, At The Sole Discretion Of The Contracting Authority. It Is Anticipated That Any Call-off Term Service Contracts Awarded May Have A Term Of Up To Three Years, With An Optional Additional Year Extension, At The Sole Discretion Of The Contracting Authority Subject To The Terms Of The Relevant Call-off Contract. Economic Operators Should Note That The Contracting Authority Shall Also Seek To Appoint Separate Term Service Contracts With Mechanical, Building And Asbestos Removal Economic Operators. The Framework And Any Term Service Contract With The Economic Operator Will Be Based On Partnering And May Involve Working In Conjunction With Other Contractors Appointed Directly By The Contracting Authority. This Role May Be As Principal Contractor Or As Partnering Contractor To Other Term Service Contract Providers Appointed Directly By The Contracting Authority.
9981-9990 of 10000 archived Tenders