Fabrication Tenders
Fabrication Tenders
Municipality Of Cagdianao, Dinagat Island Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Item No. Description Qty. Unit Part A. Other General Requirements B.5 Project Billboard/signboard – 1.00 L.s B.7(2) Occupational Safety & Health – 1.00 L.s Part B. Earthworks 801(1) Removal Of Structures And Obstruction – 1.00 L.s 803(1)a Structure Excavation (common Soil) – 72.00 Cu.m 804(1)a Embankment From Structure Excavation – 10.80 Cu.m 804(1)b Embankment From Borrow – 39.60.cum 804(4) Gravel Fill – 4.50 Cu.m Part C. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days – 98.54 Cu.m 902(1)a Reinforcing Steel (deformed), Grade 40 – 8,862.92 Kg. 903(2) Formworks And Falseworks – 321.60 Sq.m Part D.roofing Works 1013(2)a2 Fabricated Metal Roofing Accessory, Gauge 26, Flashing – 48.00 M 1013(1)b1 Corrugated Metal Roofing – 592.80 Sq.m Part E. Painting 1032(1)c Painting Works, Steel – 228.48 Sq.m Part F. Metal Structures 1047(8) Structural Steel, Roof Framing – 1.00 L.s 1047(2)b Structural Steel Purlins – 2,494.00 Kg. 1047(4) Metal Structure Accessories, Cross Bracing – 530.96 Kg. 1047(7)a Metal Structure Accessories, Bolts – 88.92 Kg. 1047(7)b Metal Structure Accessories, (sagrods) – 160.20 Kg. 1047(3)c Metal Structure Accessories, Turnbuckle – 56.00 Part G. Electrical 1100(10) Conduits, Boxes And Fittings – 1.00 L.s
Closing Date12 Feb 2025
Tender AmountPHP 5.9 Million (USD 103.2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0116 - Construction (completion) Of Multi-purpose Building At Barangay Malo, Bansud, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 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 Malo, Bansud, Oriental Mindoro, Phase Ii/25ei0116. 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 Malo, Bansud, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0116 Locations : Bansud, Oriental Mindoro, Phase Ii Scope Of Works : Completion Of Covered Court, Featuring A 2-tier Bleacher System At The Rear Elevation With A Total Lenght Of 30.00 Meters, And The Addition Of A Bay Extending 5.10 Meters. Scope Of Work Includes Comprehensive Earthworks, Civil Works, Masonry Works, Surface Preparation And Painting Of Newly Installed And Existing Beams, Columns, And Bleachers, Steel Painting Of Rafters And Purlins For The Bleacher Structure, As Well As Complete Roofing Installation, Fabrication And Installation Of Backboard/ring/frame. 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 December 27, 2024 - January 16, 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 3, 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 January 16, 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 January 16, 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 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: ***update 16 December 2024: The Draft Rfp Document (located In The Attachments Section), Encompassing Sections L And M Of The Draft Rfp, Has Been Added To This Posting. Please See The Updated Information And Instructions In The Revised Sections Below.***
***update 27 November 2024: Pws Attachment Was Revised By Removing Cui Header. This Document Contains No Cui.***
introduction:
army Contracting Command – Aberdeen Proving Ground (acc-apg) Is Releasing This Draft Request For Proposal (rfp). This Is Not To Be Construed As A Commitment By The Us Government To Form A Binding Contract Or Agreement. The Government Will Not Reimburse Or Pay For Information Submitted In Response To This Draft Rfp. All Submissions Become Government Property And Will Not Be Returned. This Draft Rfp Is Open To All Business Types.
this Draft Rfp Is Issued For The Purpose Of Developing A Viable Solicitation That Will Best Communicate The Government's Requirements To Industry Through This Exchange Of Information. Responses To This Draft Rfp Are Voluntary And Will Not Affect Any Contractor's Ability To Submit A Proposal If, Or When, A Solicitation Is Released. This Draft Rfp Is For Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued.
no Entitlement To Payment By The Government Of Direct Costs Or Charges Will Arise Because Of The Submission Of Information In Response To This Draft Rfp. Proprietary Information Shall Not Be Submitted In Response To This Draft Rfp, Nor Will The Government Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Proprietary Information. No Award Will Be Made As A Result Of This Draft Rfp. This Draft Rfp Is For Informational Purposes Only To Promote Exchanges Of Information With Industry. The Government Will Not Pay For Any Information And/or Materials Received In Response To This Draft Rfp And Is Not Obligated By The Information Received.
background:
the Primary Mission Of Program Executive Office Intelligence Electronic Warfare And Sensors (peo Iew&s) Is To Provide Affordable, World Class Intelligence, Sensor, And Electronic Warfare Capabilities Enabling Rapid Situational Understanding And Decisive Action. Peo Iew&s Currently Leads The Charge For The Army’s Artificial Intelligence (ai)/machine Learning (ml) Efforts, With Project Linchpin (pl) Being The Army’s Program Of Record (por) For Artificial Intelligence Operations And Services (aiops+). Aiops+ Includes The Industry Recognized Practices Of Ai/machine Learning Operations (ai/mlops) And Pl Ai Ecosystem, Pl Standardized Approaches (e.g. Ai Risk Framework), Pl Design Principles, And The Secure Trusted Environments And Services Which Enable The Delivery Of Ai Solutions To Ai-enabled Programs. Additionally, Software (sw) Development Is The Cornerstone Of The Programs That Allow The Army To Develop The Capabilities Which Enable Spectrum And Cyberspace Superiority. Sw Is Key To Each Piece Of The Army’s Networked Intelligence, Electronic And Cyber Warfare Capabilities. Peo Iew&s Leverages Modern Sw Development Practices As It Supports Future Army Efforts Such As Electronic Warfare (ew) Re-programming As It Paces The Threat.
scope:
the Peo Iew&s’ Matoc, Entited Artificial Intelligence And Software At Pace (ais@p),will Support Rapid Awards Of Ai/ml And Sw Development Requirements To Support Pl And Other Entities In Response To A Constantly Evolving Threat Environment, Swift On/off Ramping Of Vendors, And The Ability To Quickly Transition Between Vendors In The Event Of Contractor Performance Concerns. This Contract Will Provide The Warfighter The Best Capabilities At The Best Value – In The Quickest And Most Efficient Manner Possible.
the Peo Iew&s Ais@p Contract Vehicle Includes Two Vendor Pools Supporting Peo Iew&s Focusing On The Areas Ai/ml And Sw Development. The Ai/ml Pool Will Focus On Supporting The Project Linchpin Efforts. The Sw Development Pool Shall Include Design, Development, Fabrication, And Testing Of Developmental Systems Covering The Complete Range Of The Peo Iew&s Portfolio. Example Efforts May Include Signal Detection And Analysis, Ems Effects, And Signal Exploitation.
draft Request For Proposal (rfp) Information:
in Pursuit Of A Collaborative And Transparent Procurement Process, Acc-apg And Peo Iew&s Are Releasing This Draft Rfp To Industry For Review And Comment. This Proactive Approach Will Enable The Incorporation Of Valuable Industry Insights And Feedback, Ultimately Leading To A More Effective And Efficient Solicitation.
the Draft Performance Work Statement (pws), And The Draft Rfp Document Are Located In The Attachments Section Below. The Draft Rfp Document Includes The Salient Details Of The Draft Rfp, Including Instructions To Offerors, Evaluation Criteria, Evaluation Phases, Basis For Award, And Small Business Set-aside Information.
acc-apg And Peo Iew&s Are Proactively Releasing This Information For Industry Review And Comment In Advance Of The Scheduled Industry Day On January 7th, 2025, To Facilitate Informed Dialogue And Maximize The Value Of The Event.
please Note That Any Documents Attached To This Draft Rfp Aredraftsand Are Subject To Change Before The Final Rfp Release.
how To Respond To This Draft Rfp:
acc-apg And Peo Iew&s Are Requesting That Interested Vendors:
review The Pws And Draft Rfp Document Located In The Attachments Section Below.
complete The Microsoft Forms Survey Requesting Basic Information From Prospective Vendors.
the Link Is Located In The Links Section Below, As Well As Here:https://forms.osi.apps.mil/r/pmwdh4ugee .
gather Constructive Comments, Questions, And Feedback Regarding The Pws And Draft Rfp Document, And Send Them By Email To The Peo Iew&s - Ais@p Mailbox.
mailbox Address Is Listed In The Contact Information Section Below, As Well As Here:usarmy.apg.peo-iews.mbx.aisap@army.mil .
subject Line Of The Email Must Read "draft Rfp Ais@p - [company Name]".
acc-apg And Peo Iew&s Ask That Vendors Not Delay Their Feedback, To Allow The Government Time To Revise And Address Responses Prior To Industry Day.
Closing Date6 Jan 2025
Tender AmountRefer Documents
MUNICIPALITY OF TAGUDIN Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Contract Package For The Improvement Of Local Economic Enterprise (phase Iv), Barangay Del Pilar, Tagudin, Ilocos Sur 1. The Local Government Unit Of Tagudin, Ilocos Sur, Thru Its Bids And Awards Committee Intends To Apply The Sum Of Three Million Four Hundred Fifty Four Thousand Six Hundred Fifty Four Pesos & 82/100 (php3,454,654.82) Being The Approved Budget For The Contract (abc) Through The Ra 7171, Municpal Share, Special Budget No. 1, Appropriation Ordinance No. 3, Series Of 2024 To Payments Under The Contract For The Contract Package For The Improvement Of Local Economic Enterprise (phase Iv), Barangay Del Pilar, Tagudin, Ilocos Sur, Contract No. Infr-2024-30. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Tagudin, Ilocos Sur Now Invites Bids For The: Item No. Description Qty Unit Contract Duration B.9 Mobilization & Demobilization L.s. L.s. 91 C.d. A. Local Economic Enterprises Office 101 (3) Removal Of Existing Structure 43.50 Sq.m. Spl I.a Masonry Works 5.78 Sq.m. Spl Ii.a Plastering Works 12.00 Sq.m. Spl Iii.a Aluminum Framed Doors, Windows, Glass Partition And Aluminum Cabinet L.s. L.s. Spl Iv.a Ceiling Works 96.00 Sq.m. Spl V.a Painting Works 143.00 Sq.m. Spl Vi.a Electrical Works L.s. L.s. Spl Vii.a Fabrication Of Bench L.s. L.s. B. Coconut Stalls 103 Excavation For Structure 25.29 Cu.m. 404 Reinforcing Steel Bars 5,451.80 Kgs 405 Structural Concrete 44.324 Cu.m. Spl I.b Masonry Works 146.34 Sq.m. Spl Ii.b Plastering Works 318.30 Sq.m. Spl Iii.b Tile Works 156.84 Sq.m. Spl Iv.b Roof & Roof Framing 189.00 Sq.m. Spl V.b Ceiling Works 184.22 Sq.m. Spl Vi.b Painting Works 318.30 Sq.m. Spl Vii. Occupational Safety And Health Program L.s. L.s. Spl Viii. Project Billboard L.s. L.s. ***nothing Follows*** Bidders Should Have Completed, For The Past Five (5) 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 General Conditions Of Contract. 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.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders Shall Obtain Further Information From The Bac Secretariat Of The Local Government Unit Of Tagudin, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Monday - Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 24, 2024-january 16, 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 Php5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Local Government Unit Of Tagudin, Ilocos Sur Will Hold A Pre-bid Conference On January 3, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos Sur Which Shall Be Open To All Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 16, 2025 @ 1:00 P.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. Bid Opening Shall Be On January 16, 2025 @ 1:00 P.m. At The 3rd Floor, Pimentel Room, Tagudin Town Hall, Rizal, Tagudin, Ilocos 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. 8. The Local Government Unit Of Tagudin, Ilocos Sur 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. 9. For Further Information, Please Refer To: Loriefel T. Leal Head, Bac Secretariat Local Government Unit, Rizal, Tagudin, Ilocos Sur Tel. No. (077) 652 1740, Fax No. (077) 652 1167 Email Add: Lgutagudinbac_asap@yahoo.com (sgd)marina I. Balicoco Bac Chairman Posted At Philgeps, Lgu Website And At 3 Conspicuous Places (municipal Hall, Mun. Auditorium And Yellow Market) Dated Published: December 24-30, 2024
Closing Date16 Jan 2025
Tender AmountPHP 3.4 Million (USD 59.1 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0113 - Construction (completion) Of Multi-purpose Building At Barangay Masaguisi, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 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 Masaguisi, Bongabong, Oriental Mindoro, Phase Ii/25ei0113. 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 Masaguisi, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0113 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Construction Of 1-unit Multi-purpose Building (barangay Hall) At Barangay Masaguisi, Phase Ii. This Includes Installation Of Floor Tiles With Waterproofing (built-up And Preformed Membrane) At Roof Deck, Drop Ceilings On Ground And Second Floor, Indoor Wall Cladding, Polystyrene Baseboards, Outdoor Cladding At Front And Right Elevations, Decorative Stone At Roof Deck, And Stainless Signages On Exterior Front Wall. Also Includes Painting Of Roof Deck Columns, Ceilings, Steel Railings, And Fabrication/installation Of New Steel Railings At Roof Deck, And Flat Form At Session Hall. 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 December 27, 2024 - January 16, 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 3, 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 January 16, 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 January 16, 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 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0129 - Construction (completion) Of Multi-purpose Building At Barangay San Isidro, Bulalacao, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 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 San Isidro, Bulalacao, Oriental Mindoro/25ei0129. 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 San Isidro, Bulalacao, Oriental Mindoro Contract Id : 25ei0129 Location : Bulalacao, Oriental Mindoro Scope Of Works : Construction Of A - 1 Unit Multi-purpose Building (day Care Center) Measuring 9.80m X 8.20m, Which Includes Excavation, Embankment, Reinforced Concrete For Column Footings, Column, Footing Tie Beams, Slab, Beams, And Suspended Slab The Project Also Involves The Fabrication And Installation Of Trusses, Roofing Works, Plumbing Works, And Downpouts. Also Includes Painting Works, Tileworks Of Cr, Electrical Works, Ceiling Works, Blackboard, And Other Finishing Works To Complete The Project. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 135 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 03, 2025 – January 23, 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 10, 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 January 23, 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 January 23, 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 Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: The Contractor Shall Provide All Services, Including Materials, Labor And Installation Required For The Complete Removal And Replacement Of A Four (4) Bay Self-service Car Wash System Located At Subase Kings Bay.
work Shall Include But Is Not Limited To The Following:
1. Site Investigation: The Contractor Shall Provide And Perform All Necessary Siteinvestigation And Utility Locates (including, But Not Limited To, Sub-surface Utility “pot Holing”)as Required To Complete The Project. All Site Investigation Activities Shall Be Coordinatedwith Appropriate Installation Personnel Through The Point Of Contact (poc).
2. Materials: The Contractor Shall Provide All Materials, Equipment And Fixtures, Including Allrequired Accessories, Necessary To Produce A Complete And Useable Facility. Additionally,the Contractor Is Responsible For All Material Handling, Staging, Delivery/transportation,receipt Confirmation, Loading/unloading Of All Materials, Including Any Lifting Equipmentrequired, During All Phases Of Work.
3. Disposal: The Contractor Is Responsible For The Disposal Of All Waste Materials Generatedas Part Of This Project And Shall Remove All Waste And Equipment To An Offsite Area. Alland Laydown Area Will Be Designated For The New Equipment And Disposal Containers.also, The Contractor Shall Clean Up The Work Site Daily To The Satisfaction Of The Poc.
4. Demolition: The Contractor Shall Remove All Materials Not Required For The Operation Of Theproposed Systems Within All Four (4) Existing Car Wash Bays And Supporting Spaces, Whileretaining All Code Required Items. The Existing Self-service Multi-pressure Car Washsystem Including Water Hoses And Plumbing Lines, All Existing Bay Controls And Meters,and All Existing 360 Degree And 180 Degree Pressure Booms. The Contractor Shall Removethe Existing Bill Changer And Dispose Of As Stated Above. The Contractor Shall Also Removeand Dispose Of All Existing Operational Wall Signage, And All Wall Accessories Typical For Allfour (4) Bays.
5. Renovation: The Contractor Shall Furnish Install A New Self-service Multi-pressure Carwash System. The New Self-service Car Wash System Shall Include All New Hoses Andplumbing Lines To Support The New System. The System Shall Include The Minimum Of Thefollowing Functions:
tire Cleaner
presoak
high Pressure Soap
wax
rinse
spot-free Rinse
bug Off
foam Brush
foam Conditioner
6. The Contractor Shall Provide All The Chemicals And Detergents For The Durationof Start-up Testing And Inspections To Ensure The Self-service Car Wash System Is Fullyoperational.
7. The Contractor Shall Furnish And Install Four (4) New 360-degree Pressurespray Wand Booms And Any Attachments Needed To Connect To The Existing System Supplypiping Within Each Wash Bay As Required. The Contactor Shall Install Four (4) New 180-degree Foam Conditioner Booms And Any Attachments Needed To Connect To The Existingsystem Supply Piping Within Each Wash Bay As Required.
8. Renovation: The Contractor Shall Furnish And Install In All Four (4) Bays The Followingaccessories:
foam Brush Buckets
high Pressure Wand Holders
bay Hooks
matt Clamps
menu Board And Operational Signage
9. Renovation: The Contractor Shall Furnish And Install Four (4) New Self-serve Car Wash
pos Control Meters. The New Bay Control Meters Shall Have A Coin And Credit Card Option.
the Individual Credit Card Reader Must Be Compatible With Nayax Payment And
management System. The Contractor Shall Insure That The Point Of Sale (pos) System Is
compatible With The Installation Morale Welfare And Recreation (mwr) Department’s
existing Nayax System. The Government Will Provide 3rd Party Encryption And Process
separately From This Contract.
10. Renovation: The Contractor Shall Install A New Weatherproof Electrical Vending Machine
that Will Be Compatible With The Same Payment Option As Line Item Ten (10) Above. The
vending Machine Options Shall Include Items Such As:
towels
wipes
protectants
shines
cleaners
deodorizers
air Fresheners
11. The Contractor Shall Furnish And Install A New Bill Changer Matching Existing Unit
configurations At The Same Location As Existing.
12. Renovation: The Contractor Shall Install All New Equipment And Related Accessories, As
per Manufacturer’s Installation Guidelines.
if The Contractor Is Quoting An “equal” To The Listed Product Herein, The Contractor Shall
submit Complete Specifications On The “equal” Product With The Response To This Rfq. The
specifications Will Be Reviewed By The Poc And Contracting Officer (ko) For Possible Use
on This Project.
13. Submittal: The Contractor Shall Submit A Signage Graphics Package To The Poc For
approval Fifteen (15) Days Prior To Fabrication. All New Merchandising And Operational
signage Must Comply With The Mwr Brand Standards.
14. Preservation: The Contractor Shall Protect Existing Adjacent Materials, Especially Wall And
floor Surfaces, From Any And All Damage During The Work, By Utilizing Walk Pads,
construction Screens And Other Industry Best Practices Protection Methods.
15. Restoration: The Contractor Shall Repair And/or Replace All Facility Elements Impacted
and/or Damaged By Work, To The Satisfaction Of The Poc. The Contractor Shall Patch, Paint
and/or Otherwise Restore All Building Materials, Including But Not Limited To, Wall And Floor
surfaces Damaged By Work; To The Satisfaction Of The Poc.
16. Warranties: The Contractor Shall Provide A Warranty On All Materials I.e Chemicals And
detergents/equipment And Labor For A Period Of One (1) Year, Or Longer If Standard Formaterials/equipment, From The Date Of Acceptance By The Ko. The Contractor Shall Referto Section H And I For Additional Information Regarding Warranties And Extended Warranties.
17. The Contractor Shall Provide An Operations And Maintenance (o&m) Manual To The Pocand Ko, As Instructed. Also, The Contractor Shall Provide Instruction And Training To Thepoc, Mwr Facility Staff And Pwd Representatives On The Care And Maintenance Of Allinstalled Equipment And Systems, Using The O&m Manual As The Training Basis.
site Inspection
the Contractor Shall Examine The Site And Determine For Themselves The Existing Conditions And
general Character Of The Site. Claims For Additional Costs Due To Conditions That Could Have Been
verified By Site Investigation Will Not Be Authorized. Contractor Shall Contact The Poc To Schedule
the Site Inspection.
Closing Date23 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0126 - Construction (completion) Of Multi-purpose Building At Barangay San Vicente, Roxas, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 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 San Vicente, Roxas, Oriental Mindoro, Phase Ii/25ei0126. 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 San Vicente, Roxas, Oriental Mindoro, Phase Ii Contract Id : 25ei0126 Location : Roxas, Oriental Mindoro Scope Of Works : The Scope Of Works Includes The Construction Of Bleachers On The Both Sides Of The Covered Court, With The Right Side Having 3 Layers And The Left Side 5 Layers Both 30 Meters Long. This Also Includes Excavation Works, Reinforced Concrete For Column Footing, And Slabs, As Well As Finishing Works Such As Chb Laying, Plastering And Wall Painting. Additionally, It Covers The Fabrication And Installation Of Rafters, Struts, Purlins, Frames, Roofing And Installation Of Basketballboard And Ring. 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 03, 2025 – January 23, 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 10, 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 January 23, 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 January 23, 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 Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
City Of Canlaon Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii) The Local Government Of Canlaon City, Through The Aro For Capex, Fund Code 100, No.1000-2-1-01-301-18, Cy 2024, Intends To Apply The Sum Of Nine Million, Five Hundred Sixty-four Thousand, Three Hundred Thirty-nine & 18/100 (p9,564,339.18) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii), Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Canlaon Now Invites Bids For The Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii), Canlaon City. Completion Of The Works Is Required 300 Calendar Days. Bidders Should Have Completed Within Ten (10) Years Prior To 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. 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”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Interested Bidders May Obtain Further Information From The Local Government Unit, Canlaon City At The Office Of The Bids And Awards Committee, Canlaon City And Inspect The Bidding Documents From 8:00 Am To 5:00 Pm, Monday To Friday. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 15, 2025 To February 5, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand (p10,000.00) Pesos. The Procuring Entity Shall Allow Bidder To Present Its Proof Of Payment For The Fees By Facsimile. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. The Local Government Unit Of Canlaon City Will Hold A Pre-bid Conference On January 23, 2025 – 11:00 Am, At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City, Which Shall Be Open To All Prospective Bidders. Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before February 5, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18 Bid Opening Shall Be On February 5, 2025, 10:00 Am At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. 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. For The Purpose Of Constituting A Quorum, Either The Physical Or Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon City 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. For Further Information, Please Refer To: Alice D. Mcguiggan Bac Secretariat Mobile No. 09175617931 Email Address: Bacofficelgucanlaon@yahoo.com Bacofficelgucanlaon@gmail.com Date Of Posting: January 14, 2025 Zosilito A. Ongco Bac Vice-chairperson Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: 01 Bid Form Name Of Project: Local Disaster Risk Reduction And Management Office: Construction Of City Operation Center Building (phase Iii) Location: Canlaon City Bill Of Quantities Item No. Item Description Quantity Unit Unit Price (pesos) Amount (pesos) I. Earthworks (3.3 Cu.m.) 3.30 Cu.m. Ii. Formworks 68.30 I.m. Iii. Backfill Works 25.28 Sq.m. Iv. Erection And Dismantling Of Scaffoldings 1.00 Lot V. Demolition Work (due To Revision Of Plans) 2.37 Cu.m. Vi. Concrete Works 103.98 Cu.m. Vii. Masonry Works & Dry Wall Partition 789.48 Sq.m. Viii. Electrical Works 755.35 Sq.m. Ix. Plumbing Works 1.00 Lot X Painting Works 1,632.28 Sq.m. Xi Fabrication & Installation Of Doors & Windows & Mirrors 336.33 Sq.m. Xii Fascia Frame & False Gutter 96.00 I.m. Xiii Ceiling & Eaves 478.24 Sq.m. Xiv Tileworks 344.43 Sq.m. Xv Railings 79.10 I.m. Xvi Canopy Extension 76.00 Sq.m. Special Item Billboard 1.00 Lot Total Submitted By: Name And Signature Of Bidder/authorized Representative Date:_________________________
Closing Date5 Feb 2025
Tender AmountPHP 9.5 Million (USD 163.5 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0153 - Completion (construction) Of Multi-purpose Building (barangay Hall) At Brgy. Carmundo, Bongabong, 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 Completion (construction) Of Multi-purpose Building (barangay Hall) At Brgy. Carmundo, Bongabong, Oriental Mindoro, Phase Ii/25ei0153. 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 : Completion (construction) Of Multi-purpose Building (barangay Hall) At Brgy. Carmundo, Bongabong, Oriental Mindoro, Phase Ii Contract Id : 25ei0153 Location : Bongabong, Oriental Mindoro Scope Of Works : Completion Of 1-unit Multi-purpose Building (barangay Hall) At Barangay Carmundo. This Includes The Installation Of Floor Tiles At Ground And Second Floors, Waterproofing (built-up And Preformed Membarane) At The Roof Deck, Complete Ceiling Systems For Ground And Second Floors, Stainless Steel Signage At Front Exterior Wall, And Additional Gi Pipes And Square Steel Bars For Railings. Works Also Include Masonry And Concrete Painting For Interior And Exterior Areas, Ceiling Painting At Ground And Second Floors, Steel Painting Existing Square Bar Railings, And Fabrication And Installation Of Stainless Steel Railings At Roof Deck, Flat Form At Seasion Hall, And Installation Of Three(3) Air Condition Units. 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 24, 2025 – February 13, 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 31, 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 13, 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 13, 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 Date13 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.1 K)
4341-4350 of 4707 archived Tenders