Fire Extinguisher Tenders

Fire Extinguisher Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 9.6 Million (USD 166.3 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 289.5 Million (USD 4.9 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 121.5 Million (USD 2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Municipality Of Rizal,palawan Tender

Healthcare and Medicine
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 15.6 Million (USD 269.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 23.1 Million (USD 399.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Province Of South Cotabato Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 371.5 K (USD 6.4 K)
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 1 Dishwashing Paste , 200g 100 Tubes 2 Dish Washing Sponge 50 Pcs 3 Detergent Powder , 1000g 100 Pcks 4 Alcohol , 70%, 500ml 200 Btls 5 Fabric Conditioner , 240ml 200 Pcks 6 Floor Mop , With Handle And Squeezer 10 Pcs 7 Broom , Soft 20 Pcs 8 Broom , Stick 20 Pcs 9 Disinfectant Spray , 500ml 50 Pcs 10 Garbage Bag , 15" X 15" X 37", 100's, Black 50 Pcks 11 Disinfectant Concentrate , Lkyl Dimethyl Benzyl Ammonium Chloride, Gals 3.785l/gal., Fresh Scent 20 12 Tissue Paper , 2 Ply, 12's/ Pack 150 Pcks 13 Toilet Bowl Cleaner , 500ml 50 Btls 14 Hand Soap , With Dispenser, 500ml 100 Btls 15 Insect Repellant Spray , 500 Ml 50 Cans 16 Doormat , Rubber, Big 25 Pcs 17 Dust Pan , Plastic With Handle, Large 20 Pcs 18 Liquid Glass Cleaner , 500ml W/ Sprayer 10 Btls 19 Floor Mop Head , With Handle, Wood Handle , Screw Type 10 Pcs 20 Toilet Deodorizer , 50g, With Holder 20 Pcs Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 1 Of 7 Total Abc: P 199,810.00 X-x-x Page 3 Follows X-x-x "please Indicate Brand" Note: Specifications For Item No. 3 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. For Item Nos. 9 & 11 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Detailed Instructions On Maximizing Product Performance And Indications For The Proper Waste Disposal And The Recyclability Of The Container. For Item No. 10 •the Supplier Shall Supply Products Which Is Made Of Polyethylene (pe). •the Pe Should Contain A Minimum Of 30% Postconsumer Material. For Item No. 12 •the Supplier Shall Supply Products Which Are Made Out Of Raw Materials From 100% Recycled Fibre. •the Supplier Shall Supply Paper Which Is At Least Elementary Chlorine Free (ecf). •the Core As Well As Any Paper Wrapping And Carton Box Packing Must Be Made From 100% Recycled Fibre And The Cartons Must Be Strong Enough For Storage And Transit. For Item No. 13 •the Supplier Shall Provide A Cleaner Which Is Not Chlorine Based And Does Not Contain Inorganic Acids. •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. For Item No. 14 •the Supplier Shall Supply Products Which Do Not Contain Ethylene-diamine-tetra-acetate (edta) Nor Alkyl Phenol Ethoxylates (apeo). •the Supplier Shall Supply Products With Adequate Instructions For Proper Use And Disposal. Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 199,810.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 2 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 21 Solar Salt , 12.5 Kg./bag 20 Bags Total Abc: P 5,500.00 X-x-x Page 4 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 5,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 3 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 22 Cap Seal 30,000 Pcs Total Abc: P 22,500.00 X-x-x Page 5 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 22,500.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 4 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 23 Sediment Filter , Cartridge, Slim - 10 Micron, 20" Per Roll 16 Pcs 24 Sediment Filter , Cartridge, Slim - 5 Micron, 20" Per Roll 6 Pcs Total Abc: P 4,290.00 X-x-x Page 6 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 4,290.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 5 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 25 Fire Extinguisher , Refill Only, 10lbs 99 Tanks Total Abc: P 59,400.00 X-x-x Page 7 Follows X-x-x "please Indicate Brand" Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 59,400.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 6 Of 7 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0049 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation By Lot Item No. Item & Description Qty. Unit Of Total Cost Issue Unit Cost 26 Chair , Monoblock, Blue, Without Armset With Embossed South Cotabato Logo Pcs And Pgso With 3.5 Inches In Diameter (logo) With 1.5 Inch Per Letter (pgso) 200 Total Abc: P 80,000.00 X-x-x Nothing Follows X-x-x "please Indicate Brand" Note: Specifications •the Supplier Shall Supply Products Made Of Plastic Materials Which Do Not Contain Lead, Chromium, Cadmium, Mercury, Phthalates, And Halogenated Organic Substances. •the Chairs Shall Be Marked For Recycling According To Iso 11469 Or Equivalent And Must Not Contain Additions Of Other Materials That May Hinder Their Recycling. •the Supplier Shall Supply Products Which Are Packaged In Recyclable Material. Note: For Use Of Pgso. Total Amount Of Bid: Source Of Fund: Pgso-1061 - 5-02-03-990 - Mooe- 25 - 01 -10421 Approved Budget: P 80,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-kristel; Pr.no.25 - 0104 Page 7 Of 7

DEPT OF THE NAVY USA Tender

Manpower Supply
Corrigendum : Closing Date Modified
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Amendment #5: 2nd Round Of Answers To Questions From Industry, Below - In Addition, Updated Attachments To Now Include The Current Cba: question # question answer 1 how Many Guards Are Being Requested? this Is The Responsibility Of The Offeror To Determine Based On The requirements Stated In The Rfq And Attachments Thereto. 2 how Many Shifts Daily Are To Be Covered? the Number Of Shifts Is Determined By The Offeror. Any Firm Shift requirements Are Contained In The Personnel Qualifications Attachment. 3 is 24/7 Coverage Being Requested. yes. 4 do Guards Need To Be Armed/unarmed. all Unarmed. 5 under The Pass/fail Requirement, If Work Is Being Performed At Government facility How/why Does The Contractor Need To: • 2.1 Plan For Obtaining Personnel Clearances the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level specified In The Dd Form 254, Contract Security Classification Specification attached To This Solicitation. The Plan Shall Include Confirmation Of Existing personnel Clearances, Detail The Offeror's Process For Obtaining New clearances To Perform The Full Requirement By The Time Full Operational tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, and Outline The Schedule For Obtaining Any Required New Clearances During the Life Of The Contract. • There Is A Request For Resumes. How Then Can We Provide Resumes Of staff, Since Staff Won't Be Assigned Until Reward. Pm And Sl Won't And Can't be Determined Until Award And Set Schedule Is In Place. please Clarify Need For Personnel Security Clearance. this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 attached To The Rfq Which Will Be Included In The Resulting Award. 6 is There An Incumbent In Place Or Is This Anew Request? yes. The Incumbent Contractor Is Shiloh Services, Inc. 7 sow 2.1 States That "work Specified Herein Shall Be Performed At ….newport Rhode Island….or An Alternate Security Monitor Center." a. Can The Government Elaborate On When An Alternate Center Would Be Used? b. Would These Alternate Centers Be At Any Of The Locations Listed In Sow 2.0 (i.e., Usa And International Locations)? a. Whenever The Primary Smc Is Not Capable Of Functioning Or During Tests Of The Alternate Smc’s Systems. b. There Is Only One Alternate Smc And It Is Also Located At Nuwc Newport. 8 sow 4.7.1: Are There Any Specifications For The Type Of Vehicle The Contractor Should Provide (i.e., Compact Car, Sedan, Suv, Truck, Etc.)? a. Does The Vehicle Need Any Type Of Lights (i.e., Roof, Strobe, Spotlight)? b. Is Any Interior Equipment Required (i.e., Fire Extinguisher, First Aid Kit, Etc.)? any Form Of Compact Car, Sedan, Suv, Or Truck Is Acceptable. Gators, Golf Carts, Etc Are Not Considered Acceptable Vehicles As They Must Be Registered To Operate On Ri Roadways. a. No. b. No. 9 sow 5.2: For Pricing Purposes, Is Any Of The Mandatory Training Conducted While Staff Is Off Duty? a. If Training Is Off Duty, How Many Hours Per Employee Would Need To Be Compensated? none Of The Mandatory Training Is Required To Be Performed Off Duty But It Is The Contractor’s Determination As To How It Meets The Government’s Requirements. a. Na. All Training Is Conducted In A Duty Status. 10 attachment 1.b.(a): Can The Senior Technical Representative (str) Also Be The Pm? yes. However, It Is The Offeror’s Responsibility To Propose An Approach That Collectively Meets All Solicitation Requirements. 11 section L.3.(a).(i).(i).(a) States That The "page Limitation For Proposal Is Not To Exceed Fifteen (10) Pages." Please Verify The Page Limit Quantity. the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted. 12 section L.3.(a).(i): Are The Staffing Plan, Key Personnel Resume, And Past Performance Reference (attachment 2) Excluded From The Technical Volume Page Limitation? yes. 13 section L.3.(a).(i): Is The Cover Page And Table Of Contents Excluded From The Page Limitation? yes. 14 will The Government Provide A Current Seniority List Consisting Of Hire Dates Only For The Incumbent’s Security Force So That Offerors Can Accurately Price Vacation And Other Leave Benefits? no. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 15 does The Incumbent Currently Have The Contract Fully Staffed? If Not, What Are The Differences? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 16 does The Incumbent's Staff Meet The Training And Clearance Requirements Of This Solicitation? a. If Not, What Are The Differences? b. Are The Incumbent's Staff Grandfathered In Terms Of The Training? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 17 is There A Union With This Contract? a. If So, Can The Government Provide A Copy Of The Cba? yes. a. The Cba Will Be Amended Into The Posting Concurrent With This Answer Being Posted. 18 are The Alarm Monitors Self-relieving? yes. 19 since A Resume And Letter Of Intent Is Required For Key Personnel: a. Is There An Existing Pm (or Other Key Personnel Staff) Employed By The Incumbent Who Meets The Current Work Experience Referenced In The Sow? b. Does The Government Want The Successful Bidder To Retain These Key People Or Replace Them? c. If Retaining The Current Key People Is Desirable, Would The Government Consider Providing Their Names And Email Or Phone Number So That Offerors Can Contact Them? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 20 are The Alarm Monitors And Pm Required To Wear Uniforms? a. If So, Please Provide A List Of Contractor Provided Items And Any Pertinent Specifications. no. The Government Will Provide Badges That Say “smc” For Additional Identification Purposes. a. Na. 21 is There Any Contractor Provided Equipment Or Supplies That Are Required? no, With The Exception Of The Vehicle Requirement Identified In The Solicitation. 22 for The Project Manager, The Sow Lists Three Duties Of Their Job: A. Ensure Resources, Assignments, Staff, And Training Are Administered; b. Update And Maintain All After-hours And Emergency Recall Information And Reference Materials; And C. Provide Monthly Metrics Data Reports. 17.with The Assumption That The Shift Lead Will Be Handling Most Of The Daily Supervisory Tasks, Does The Pm Have Any Other Duties And/or Responsibilities? determining The Method Of Performance Of The Sow Requirements Is The Responsibility Of The Offeror. 23 is This An Existing Requirement Or Is This A New Requirement? see The Answer To Question 6. 24 if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent, Period Of Performance, To Include The Dates Of The Final Option Period Exercised? yes, The Current Contract Was Awarded To Shiloh Services, Inc., Which Will Expire On 06/30/2025. The Government Declines To Provide The Dollar Value As More Than Enough Information Is Available To Price Including The Cba Now Amended Into The Solicitation. 25 is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. 26 does The Current Incumbent Workforce Meet All Requirements Specified In The Sow? the Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 27 a. Is There A Security Clearance Requirement? b. If So, What Level Of Security Clearance Is Required? c. Do All Incumbent Personnel Currently Meet All Of The Adjudicated Security Clearance Requirements? a-b. See The Dd 254 Attachment To The Rfq. c. The Government Declines To Respond As It Is Not Relevant To An Offeror’s Proposal Submission. There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 28 "are These Sca Personnel? please Provide A Wage Determination To Be Used For Pricing Purposes? which Occupation Code Listed In The Department Of Labor (dol), Wage [determination] Apply To The Requirement?" applicable Wage Information Is Provided Via The Current Amendment In The Form Of A Cba. 29 please Provide Any Uniform And/or Dress Code Requirements. the Only Applicable Standard Is Business Casual Or Inclement Weather Appropriate Clothing. 30 an Error Code Shows When Attempting To Open The Dd254 Provided. Please Clarify Security Clearance Requirements. the Rfq Posting Is Amended To Include An Updated File, To Now Properly Showing The Dd254. 31 the Work Specified Herein Shall Be Performed At The Naval Undersea Warfare Center, Division newport (nuwcdivnpt) Or The Naval Station, Newport Rhode Island (navsta) Designated or An Alternate Security Monitor Center. please Provide The Location(s) Of The Alternate Security Monitoring Center. all Primary And Alternate Facilities Of Physical Performance Takes Place At The Naval Undersea Warfare Center, Division Newport However Additional Sites Are Remotely Monitored. 32 do All Contract Employees Require Ri State And Federal Certifications For Dispatcher And Monitor Positions? no. 33 what Type Of Situations To Sme's Historically Respond To? how Many Times A Year On Average Do This Incidents Occur? see Sow. 34 4.5.1 Where Are The Temporary Storage And/or Gsa Security Containers Located, I.e. On The Nuwcd Compound, Off-site, Etc.? all Are Within The Nuwcdivnpt Compound. 35 on A Daily Basis, The Contractor Shall Support Tasks Using A Contractor Provided Vehicle In support Of 4.0 Tasks. The Vehicle Shall Display A Distinctive Contractor Emblem For Identification purposes. what Type Of Vehicle Is Required (cargo, Utility, Passenger)? are There Any Make/model/year, Etc. Requirements And/or Limitations? is There Any Relevant Historical Data Available Regarding Mileage, Storage And Offsite Fueling Allowances? is There Parking Available On The Nuwcd Compound? any Vehicle Registered And Inspected In The State Of Ri. no. no. Data Is Available As It Was Not Previously Required. yes 36 31. 5.2.1 The Contractor Shall Require Each Contractor Employee Performing Work At Any Nuwc division Newport Site, Who Has A Common Access Card (cac) And An Nmci Account To complete All Required Mandatory Training And Any Applicable Limited Audience Required training(s). The Contractor Shall Fill Out And Submit To The Government The Training Completion status Report, Gfi #25, Affirming All Mandatory Training And Any Applicable Limited Audience required Training(s) Are Completed. The Required Training And Required Training Schedule Is available At The Following Website: [will Be Provided At Award] Under Mandatory training Instructions. See The .pdf Mandatory Training Instruction – Contractors Only. for Pricing Purposes, Please Provide A List Of All Required Training, Number Of Hours Required For Completions, Government Or Contractor Provided, And Are They Otj Or Not. What Are Average Wait Times For Appointments And Issue?" all Required Training Is Virtual, Accessible From The Nuwcdivnpt Site, And Can Be Accomplished During A Standard Work Period While Performing Other Duties Of The Sow. 37 32. The Government Will Evaluate The Plan For Obtaining Personnel Security Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level As Specified In The Dd254, Including Confirmation Of Existing Clearances, Details Of The Offeror's Process For Obtaining New Clearances, And The Schedule For obtaining Any Required New Personnel Security Clearances During The Life Of The Contract. is There A Transition Period? how Long? what Is The Security Clearance Level Required? see The L&m Attachment, And, More Specifically, The Pass Fail Evaluation Criteria For Clearance Requirements And Transition Period To Full Operation Tempo. 38 33. Technical Approach (a) Submit A Personnel Plan To Accomplish All Of The Statement Of Work Tasking. Page Limitation For proposal Is Not To Exceed Fifteen (10) Pages. please Clarify If It Is 15 Or 10 Page Limit For This Section. the Correct Page Limit Is 10. An Amendment To The Solicitation Criteria Is Issued Concurrent With This Answer Being Posted. 39 34. Staffing Plan, Attachment 3 - Staffing if The Offeror Is Proposing To Use Incumbent Personnel In Order To Maintain Continurity Of Operations, Can The Offeror Use Tbd Or Incumbent For The Staffing Plan Attachment? the Proposal Must Meet The Stated Solicitation Criteria Which Are Clear In This Matter. 40 35. Staffing Plan is There A Page Limit For The Staffing Plan? no. 41 36. Offeror Shall Provide A Mapping Of Any Company-specific Labor Categories It, Or Its Subcontractors, Proposes In the Staffing Plan To The Corresponding Government Standard Ecraft Labor Categories. Unless Specified already By The Government, Offeror Shall Propose Standard Ecraft Labor Categories Based On The descriptions Listed At: http://www.navsea.nayy.mil/home/warfare-centers/nuwcnewport/ link States ""www.navsea.nayy.mil’s Server Ip Address Could Not Be Found. please, Use The Following Url: Http://www.navsea.navy.mil/home/warfare-centers/nuwc-newport/partnerships/commercial-contracts/labor-categories/. 42 37. Is Eligibility To Become Ncic, Rilets, Nlets, And Cpic, As Retired Law Enforcement, Sufficient? Specifically In This Scenario What If The Individuals Do Not Currently Have “active” Certifications Into Those Systems. They Have Had Access In The Past And Would Be Eligible For Recertification. Will Their Resumes Meet The Requirements? the Fact That Someone Is “retired Law Enforcement” Does Not Automatically Qualify An Employee For Any Certifications Or Clearances. in Terms Of Incumbent Staff Certifications There Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. 43 as A Follow Up To Question #5, There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until [award]. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule In Place. resumes Are Only Required For The Key Personnel Position And Not For All Employees. For Key Personnel That Are Not Current Staff Letters Of Intent Are Required. there Is No Requirement To Hire Incumbent Staff, But Offerors Are Encouraged To Make The Best Business Decision For Staffing That Meets The Solicitation Requirements. amendment #4: extended Closing Deadline To 02/18/2025 @ 1400 Est, To Afford Time To Respond To Questions From Industry. amendment #3: extended Closing Deadline To 02/07/2025 @ 1400 Est, To Afford Maximum Compeition. amendment #2: questions To Questions From Industry, Below: question # question answer 1 how Many Guards Are Being Requested? this Is The Responsibility Of The Offeror To Determine Based On The Requirements Stated In The Rfq And Attachments Thereto. 2 how Many Shifts Daily Are To Be Covered? the Number Of Shifts Is Determined By The Offeror. Any Firm Shift Requirements Are Contained In The Personnel Qualifications Attachment. 3 is 24/7 Coverage Being Requested. yes. 4 do Guards Need To Be Armed/unarmed. all Unarmed. 5 under The Pass/fail Requirement, If Work Is Being Performed At Government Facility How/why Does The Contractor Need To: • 2.1 Plan For Obtaining Personnel Clearances the Offeror Shall Provide, A Plan For Obtaining Personnel Clearances Within 30 Days Of The Start Of The Period Of Performance At The Required Level Specified In The Dd Form 254, Contract Security Classification Specification Attached To This Solicitation. The Plan Shall Include Confirmation Of Existing Personnel Clearances, Detail The Offeror’s Process For Obtaining New Clearances To Perform The Full Requirement By The Time Full Operational Tempo Is Reached Within 30 Days Of The Period Of Performance Start Date, And Outline The Schedule For Obtaining Any Required New Clearances During The Life Of The Contract. • There Is A Request For Resumes. How Then Can We Provide Resumes Of Staff, Since Staff Won’t Be Assigned Until Reward. Pm And Sl Won’t And Can’t Be Determined Until Award And Set Schedule Is In Place. please Clarify Need For Personnel Security Clearance. this Requirement Is Accurate As Stated And Is In Accordance With The Dd 254 Attached To The Rfq Which Will Be Included In The Resulting Award. 6 is There An Incumbent In Place Or Is This Anew Request? yes. The Incumbent Contractor Is Shiloh Services, Inc. amendment#1: - Added Dd254 Attached - Added Question Deadline, Which Expires 27-jan-2025 @ 1400 Est. Therefore, Please, Submit All Questions, Before That Deadline. please Read This Entire Notice Carefully As It Constitues The Only Notice That Will Be Issued. this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6-streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Request For Quotation (rfq) Number Is N66604-25-q-0168. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Has A Firm Fixed Price Requirement In Accordance With Attachment #1 Statement Of Work (sow) For The Following On-site Monitoring Services: line Item # 0001 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2025 To 30-jun-2026 line Item # 0002 Option 1 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2026 To 30-jun-2027 line Item # 0003 Option 2 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2027 To 30-jun-2028 line Item # 0004 Option 3 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2028 To 30-jun-2029 line Item # 0005 Option 4 For On-site Monitoring Services; Quantity 12 Months; Pop: 01-jul-2029 To 30-jun-2030 this Procurement Is Solicited As A Small Business Set-aside As Concurred With By The Nuwcdivnpt Office Of Small Business Program (osbp). The North American Industry Classification System (naics) Code For This Acquisition Is 561612; The Small Business Size Standard Is $29m. rhode Island Wd 2015-4089 Rev 26, Dated 04-09-2024, Applies. Incorporated Provisions And Clauses Are Those In Effect Through The Current Federal Acquisition Circular. The Provision At Far 52.212-1, Instructions To Offerors Commercial Items Applies To This Solicitation. The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Items Applies To This Solicitation. Clauses Far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law, 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Items, And Dfars 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information Apply To This Solicitation. 52.217-9 Option To Extend The Term Of The Contract (mar 2000) (navsea Variation I) (oct 2018) the Government May Extend The Term Of This Contract By Written Notice(s) To The Contractor Within The Periods Specified Below. If More Than One Option Exists, The Government Has The Right To Unilaterally Exercise Any Such Option Whether Or Not It Has Exercised Other Options. item(s) latest Option Exercise Date 7100 07/1/2025 7200 07/1/2026 7300 07/1/2027 7400 07/1/2028 item(s) latest Option Exercise Date 6100 8/30/2025 6200 8/30/2026 6300 8/30/2027 6400 8/30/2028 if The Government Exercises This Option, The Extended Contract Shall Be Considered To Include This Option Clause. the Total Duration Of This Contract, Including The Exercise Of Any Option(s) Under This Clause, Shall Not Exceed Five (5) Years, However, In Accordance With Paragraph (j) Of The Requirement Of This Contract Entitled "level Of Effort – Alternate I", If The Total Manhours Delineated In Paragraph (a) Of The Level Of Effort Requirement, Have Not Been Expended Within The Period Specified Above, The Government May Require The Contractor To Continue To Perform The Work Until The Total Number Of Manhours Specified In Paragraph (a) Of The Aforementioned Requirement Have Been Expended. (end Of Clause) the Following Addenda Or Additional Terms And Conditions Apply. Defense Priorities And Allocations Systems (dpas) Rating Is Do-c9. A Section 508 Does Not Apply. the Required Period Of Performance Is Listed In The Table Above, F.o.b. Destination Is Newport, Ri 02841. the Government’s Preferred Method Of Payment Is Electronic Payment Through Wide Area Workflow (wawf) Will Be Used. Please Confirm If Government Purchase Card Is An Acceptable Form Of Payment Within The Quotation. full Text Of Incorporated Far/dfars Clauses And Provisions Are Available At: Www.acquisition.gov/far this Solicitation Requires Registration With The System For Award Management (sam) Prior To Award, Pursuant To Applicable Regulations And Guidelines. Registration Information Can Be Found At Www.sam.gov the Quote Shall Include Price, Delivery Terms, A Technical Proposal In Accordance With The Information Contained In Attachment #2 Section L - Instructions For Submission Of Proposals And Section M – Evaluation Factors For Award And The Following Additional Information With Submission: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Duns. the Quotes May Be Submitted Via Email To The Below Address And Must Be Received On Or Before Monday, 29 Jan 2025 2:00pm Est. Offer Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. For Information On This Procurement, Contact: Kevin E. Silva At Kevin.e.silva2.civ@us.navy.mil Or 401-832-3558.

Department Of Agrarian Reform - DAR Tender

Security and Emergency Services...+1Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 1.6 Million (USD 28.6 K)
Details: Description Technical Specifications Terms Of Reference Provision Of Security Services For F.y. 2025 Introduction The Department Of Agrarian Reform Provincial Office (darpo) Of Zamboanga Del Sur Shall Engage The Services Of A Security Agency In Accordance With Republic Act 11917, Also Known As “the Private Security Services Industry Act”, That Will Provide Duly Licensed, Adequately Trained, And Armed Security Guards To Secure And Safeguard The Employees, The Office Building, Equipment, Vehicles And Other Office Properties, Including Its Premises And Immediate Vicinity From Theft, Pilferage, Robbery, Arson, And Other Unlawful Acts Of Strangers, Third Parties And /or Its Employees And Maintain Peace And Order Thereof At All Times For The Year 2025. General Requirements 1. Complete Licenses And Accreditations As Required In The Eligibility Requirements In The Bidding Documents Including The License To Operate From The Supervisory Office For Security And Investigation Agencies Or (pnp-sosia), License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, And Membership In The Philippine Association Of 2. Department Of Labor And Employment Registration; 3. Agency Experience Of At Least Five (5) Years; 4. Security Guard Must Possess The Following Qualifications:  A Filipino Citizen  At Least 21 Years Old;  Physically And Mentally Fit;  Have A Good Moral Character;  A Graduate Of High School From Any Deped Recognized Secondary School Whether Public Or Private;  Completed The Necessary Pre-licensing Training Program The Pltp/rtc;  With Experience Of At Least 1 Year As Security Guard;  Secured A Valid License To Exercise Security Profession (lesp) Issued By The Chief, Pnp Through Chief, Sosia, Recognizing Him/her To Be Qualified To Perform The Duties Of A Private Security Professional In Accordance With Section 13 Of Ra 11917;  Acquired The Required Number Of Training Hours On Public Safety And Security Set By The Philippine National Police (pnp);  Must Undergo And Pass The Required Psycho-neuro Examination And Drug Test Conducted By A Pnp/nbi-accredited Testing Centers Within The Last Six (6) Months;  Secured A Valid Firing Certificate 5. Security Guard Must Not Have Committed Any Unlawful Act Nor Shown Misbehavior/unethical Conduct That Can Be Reasonable Grounds For Disqualification Under Section 21 Of Ra 11917. Grounds For Disqualification:  Having Been Convicted Of Any Crime Or Offense Involving Moral Turpitude;  Having Been Dishonorably Discharged Or Separated From Employment Or Service;  Being Mentally Incompetent;  Being A User Or Addicted To The Use Of Dangerous Drugs Or Narcotics;  Being A Habitual Drunkard;  Dummy Of A Foreigner 6. The Security Agency Has Fully Remitted Premium Payments Of Personnel To The Sss, Hdmf, And Phic For The Last Three (3) Months – To Be Checked During The Post-qualification Of The Lowest Calculated Bidder. 7. The Security Agency Has Established An Office In Pagadian City. Logistical Requirements The Security Agency Shall Provide The Following Minimum Logistical Support To The Security Guards: 1. At Least 1 Set Of Proper Agency Uniform With Visible Identification Badges (free Of Charge To The Guard) 2. 1 Unit Of A Licensed .38 Caliber Pistol Or 1 Unit 9mm Pistol With Ammunition 3. 1 Whistle For Each Of The 6 Security Guards 4. 1 Ac-dc Flashlight 5. 1 Unit Metal Detector 6. 1 Unit Handcuffs 7. 2 Units Umbrella 8. 1 Unit Night Stick 9. Timepiece (synchronized) 10. Writing Pen 11. Notebook And Duty Checklist (electronic Or Not) 12. First Aid Kit 13. Electronic And/or Communication Devices The Dar Shall Provide The Following Counterpart Support: 1. 6 Units Of Fire Extinguishers 2. 6 Units Of Emergency Lights 3. 2 Logbooks The Security Guard Shall Provide For Himself/herself An Extra Set Of Uniform Charged To His/her Personal Account As Per Section 204 Of Ra 11917. Total Number Of Guards Total Number Of Security Guards To Be Deployed 24/7 In Three (3) Intervals Is Six (6). Duty Detail And Area Of Coverage A. Security Services Shall Be Performed 24/7 In Three (3) Shifts At The Provincial Office Of The Dar In Acs Building, Barangay Dao, Pagadian City, Following The Duty Detail Indicated Hereunder: Time Schedule Post Two (2) Guards From 0700h To 1500h – Day Shift Main Entrance Two (2) Guards From 1500h To 2300h – Afternoon Shift Main Entrance Two (2) Guards From 2300h To 0700h – Night Shift Main Entrance B. Each Guard Shall Have A Regular 8-hour Tour Of Duty, Unless When Expressly Required In Writing By Darpo Management That An Overtime For A Maximum Of Four (4) Hours (such As During Late Night/extended Office Activities) Shall Be Taken By The Assigned Security Guards On Specific Posts. C. The Darpo Management Shall Inform The Security Agency In Writing In Case Of Changes In The Duty Detail. Manual Of Operations The Engagement Shall Cover The Following: A. Posting Station Shall Be At The Main Entrance Of The Office Building. B. Control Of Ingress And Egress Of Employees, Clients, And Other Visitors By Regular Updating Of The Logbook To Be Provided By The Dar. C. Conduct Of I.d. Verification And Body Search On All Incoming Clients, Guests, And Other Visitors And Require Them To Deposit Their Firearms And Other Deadly Weapons Before They Be Allowed To Enter The Office Building. D. Recording Of The Incoming And Outgoing Of All Vehicles (darpo’s And Others’) Entering The Office Premises. E. Roving/inspection Of The Office Premises Shall Be Done Two (2) Times In Every Duty Shift. F. Strict Observance Of The Eleven (11) General Orders As Mandated By Section 244 Of Ra 11917 And Its Irr. G. In Case Of Emergency/untoward Incidents (fire, Pilferage, Vandalism, Trespass, Robbery, Arson, Sabotage, Attack, Bomb Scare And Other Forms Of Security Threats) The Security Guard Shall First Attend To The Situation, Maintain Peace And Order Of Things, And Facilitate The Preservation Of Proofs/evidence Of Crime. The Security Guard Shall Immediately Notify The Fire And Police Departments For Reinforcement And Make A Spot Report To Aid The Police In The Conduct Of Investigation. H. The Security Guards Shall Be Under The Supervision And Control Of The General Services Officer (gso)/administrative Officer Iv (ao Iv) Of The Darpo; And Shall Facilitate Implementation Of Internal Office Policies, Rules And Regulations Such As The Policy On Austerity (turning Off Of Lights And Office Equipment When Not In Use); The Policy On Security And Safety (require Guests To Present And Deposit Ids, Firearms/weapons); The Policy On Attendance (require All Employees To Log In And Log Out On The Biometrics Machine); And The New Normal Health & Safety Protocol (enforcement Of The Wearing Of Face Mask, Maintenance Of Social Distancing, Sanitizing Of Hands Of Incoming Personnel/guests). I. Weekly Evaluation/surprise Inspection By A Security Agency Officer Shall Be Done To Ensure That Efficiency, Alertness And Discipline Are Instilled And Practiced By The Guards At All Times In The Performance Of Their Duties And Functions; The Security Agency Officer Shall Ensure That There Is Regular Compliance/implementation Of Security Measures, Procedures And Systems Adopted/applied In The Darpo. J. The Security Agency Shall Provide Opportunities For Skills Upgrading For The Security Guards Such As The Latter’s Enrollment To Security Training Courses, Attendance To Seminars On Personal Security Awareness, Disaster-preparedness And Other Significant Seminars That Will Increase The Level Of Knowledge, Skills And Expertise Of The Guards In Their Field Of Work. K. No Replacement/s Of Security Personnel/guards During The Effectivity Of The Contract Shall Be Allowed, Except Of Death, Resignation From Work, Physical Incapability Etc., Of The Guards Assigned. In The Event That Replacement Of The Security Guards Is Needed, A Written Notice Together With A Bio-data And Credentials Of The Replacements Are Required And This Shall Be Subject To The Approval Of The Darpo Management. L. The Darpo Shall Have The Absolute Right To Ask For The Relief And Replacement Of Any Security Guard In Whom The Former Has Lost Its Trust And Confidence And/or Has Been Found To Be Inefficient And Ineffective In The Discharge Of Duties. M. Supervising Personnel From The Security Agency Shall Conduct Regular Monitoring And Surprise Checking Of The Guards And/or As Requested By The Darpo Management To Ensure Consistent And Quality Security Service. N. The Security Agency Shall Ensure Complete And Timely Payment Of Premium Contributions Due To The Sss, Philhealth And Hdmf As Its Faithful Compliance To Its Written Undertaking Submitted As Part Of Its Bid. Proofs Of Payment Of Social Premium Remittances To Sss, Phic, And Hdmf Shall Be Submitted To The Darpo-sto Division On A Quarterly Basis. O. The Security Agency Shall Submit To The Darpo-sto Division On A Monthly Basis, Copy Of The Payroll Of The Assigned Security Guards And The Corresponding Statement Of Account. Such Payroll And Soa Are Pre-requisites To The Processing Of The Monthly Payment To The Security Agency. Inspection And Performance Assessment A. The Darpo Management Or Its Duly Designated General Services Officer (gso)/administrative Officer Iv (ao Iv) Shall Have The Right To Inspect The Guards Assigned By The Security Agency At Any Time; B. The Darpo Management Or Its Duly Designated Gso Or Ao Iv Shall Have The Right To Conduct Inspection And Performance Assessment To Determine The Quality And Acceptability Of The Services Being Performed By The Guards In Accordance With The Contract; C. On The Basis Of The Result Of The Aforementioned Inspection And Performance Assessment And At The Sound Discretion Of The Darpo Management Through Its Provincial Agrarian Reform Program Officer Ii, The Latter Shall Have The Right To Demand For The Temporary/permanent Replacement Of The Security Guards On Detail; D. As Part Of Darpo Management’s Precautionary And Safety Measures In Implementing The Security Services Contract, The Security Guards Shall Undergo Drug Test At Least Once A Year In An Accredited Pnp Drug Testing Center Or When Required By The Darpo Management. Security Plan The Security Agency Shall Submit A Security Plan That Assesses Security Risks, Develops Measures To Minimize The Risks, Formalizes The Procedures That Will Be Followed To Respond To Security Incidents And The Subsequent Procedures To Undertake In Reporting Such Security Incidents. In Addition, The Security Agency Shall Integrate The Herein Prescribed Security Policies, Rules, Regulations And Procedures Of The Dar-zds With Its Existing Security Protocols And Standards Of Practice In Accordance With R.a. 11917, Also Known As “the Private Security Services Industry Act”. Other Conditions A. There Shall Be No Employer-employee Relationship Between The Darpo Management And The Security -agency/guards During The Engagement Of The Latter Service/s Nor The Former Be Held Liable/accountable For Any Accident, Injury Of Any Kind And/or Even Death Of The Security Personnel/guards Assigned Either On-duty Or Off-duty. B. The Darpo Management Shall Not Be Responsible For Any Claim For Personal Injury Or Damage Including Death Caused To Any Security Guard In The Performance Of His Duties Nor Shall The Darpo Management Be Liable For Any Claims Against The Security Agency For Causes As May Be Allowed/determined By Applicable Laws. Responsibility/liability A. The Security Agency Shall Be Fully Responsible For All Work And Services Performed By Its Security Guards, And Shall For This Purpose Employ Qualified, Competent And Well-trained Guards To Perform The Services Under The Contract. B. The Security Agency Shall Take All Reasonable Measures To Ensure That The Security Guards Conform To The Highest Standards Of Moral And Ethical Conduct. C. The Security Agency Shall Ensure Its Security Professionals Adhere To The Professional Conduct And Ethical Standards Set Forth Under Section 235-236 Of Ra 11917 And Its Irr. D. The Security Agency Shall Assume Full Responsibility For Whatever Damages Or Losses On Any Of The Property Of The Darpo During The Watch Hour Or Tour Of Duty Of Its Guard/s After The Same Fact Of Loss Or Damage Has Been Established As A Result Of The Guard’s Omission, Commission, Negligence, Fault, Laxity Or Misconduct, Following Investigation Conducted Jointly By Both Parties; However, The Security Agency Shall Not Be Held Liable Where Such Losses Or Damages Are Due To Fortuitous Event As Defined In The Civil Code Of The Philippines, Or Where Losses Occurred Under Any Of The Following Causes Or Situation: 1. Where The Damage Or Loss Is Inside A Closed Room, Except Otherwise Proven That The Entrance Thereto Was With Force Upon Things Or Person/s As Defined Under The Revised Penal Code Of The Philippines, And That The Loss Or Damage Has Been Reported To The Security Agency Within Forty-eight (48) Hours Upon Discovery Of Occurrence, Whichever Comes First. 2. Any Property Belonging To The Party Of The Darpo And Issued To Or Held In Trust By Its Employees Shall Be The Sole Responsibility Of Said Employees, Unless Said Property Is Endorsed In Writing And Signed By The Guard. 3. Where The Loss Or Damage Of Items Is The Result Of Robbery In Band, Mob, Violence, Tumultuous Affray, Acts Of Dissident, Acts Of War And Revolution. E. In The Event Of Loss Or Damage To The Premises Or Properties Of The Darpo, The Security Agency Shall Only Be Liable For Its Replacement Or Restitution Thereof In The Same Condition As It Was/they Were Immediately Prior To The Loss Or Damage. F. No Assignment Whatsoever Of The Security Services Contract Shall Be Made To Any Third Party. Waiver From Any Liability A. The Security Agency Shall Hold The Darpo Management Free From Any Liability, Courses Of Action Or Claims Which May Be Filed By Its Security Guards By Reason Of Their Employment With The Security Agency Pursuant To The Contract, Or Under The Provision Of The Labor Code, The Social Security Act, And All Other Laws And Regulations Which Are Now In Force Or Which Hereafter Are Enacted; B. In The Event The Darpo Management Is Impleaded In Any Such Action Or Case, The Department Shall Be Authorized To Withhold From The Security Agency’s Collectible Accounts Such Amounts As Would Be Reasonable To Approximate The Claims Of The Security Guards Against The Security Agency In Case The Same Are Levied Or Exerted Against The Darpo Management. Contract Duration The Engagement Shall Be Effective Within A Period Of Twelve (12) Months Beginning January 1, 2025 To December 31, 2025. Terms Of Payment Payment Shall Be Made For The Account Of The Security Agency On A Monthly Basis Upon Submission To The Dar-zds Through The Administrative Officer Iv, General Services Section Of The Following:  Statement Of Account/billing Letter  Daily Time Record Duly Signed By Assigned Head Guard, As The Case May Be, And Countersigned By The Administrative Officer Iv  Payroll Of The Immediately Preceding Month  Proof Of Payment Of Remittances For Social Benefit Premiums (sss, Phic, Hdmf)— Submitted On A Quarterly Basis Contract Amount Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: • Increase In Minimum Daily Wage And Other Wage-related Benefits Pursuant To Law Or New Wage Order Issued After Date Of Bidding. In This Case, The Prescribed Wage/wage-related Benefit Increase Shall Be Borne By The Darpo And The Security Service Contract Shall Be Deemed Amended Accordingly. In The Event That The Darpo Fails To Pay The Prescribed Increases, The Security Agency Shall Be Jointly And Solidarily Liable With The Former; • Increase In Taxes; • If During The Term Of The Contract The Darpo Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. Separability If Any Provision Of This Contract Is Declared Void, Ineffective, Invalid Or Contrary To Law By A Final Judgment Or Decree By Any Court, Commission, Or Other Judicial Or Quasi-judicial Body Of Competent Jurisdiction, The Other Provisions Not Affected By The Said Judgment Or Decree Shall Remain Unimpaired Unless Said Judgment Affects The Contract As A Whole. Exclusivity Of The Venue Of Action/s Actions Arising Out Of This Contract Shall Be Filed With The Court Of Competent Jurisdiction In Pagadian City To The Exclusion Of All Other Courts.
2601-2610 of 2645 archived Tenders