Fire Extinguisher Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Details: Description Invitation To Bid (cw-02-2025-010) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (auditorium Building), Barangay Tambo, Lipa City, Batangas Contract Id No. : 24dd0293 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Auditorium (23.95m X 21.70m) Including Catwalk, Structural Works, Architectural Works, Electrical Works, Auxiliary Works And Mechanical Works Approved Budget For The Contract : Php 79,200,000.00 Source Of Funds : Sr2024-12-023371 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Lodlod Elementary School, Barangay Lodlod, Lipa City, Batangas Contract Id No. : 24dd0294 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 4sty16cl School Building (46.00m X 9.50m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Cctv System, Fire Alarm System, Auxiliary Works, Construction Of Power House (3.50m X 2.80m), Handwashing On Both Sides And Demolition Of Existing Structure Approved Budget For The Contract : Php 71,280,000.00 Source Of Funds : Sr2024-12-023371 Contract Duration : 225 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Inosloban Marawoy Integrated National High School, Barangay Marawoy, Lipa City, Batangas Contract Id No. : 24dd0295 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 4sty8cl School Building (237.00 Sq.m.) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Cctv System, Fire Alarm System, Auxiliary Works, Construction Of Power House (3.50m X 2.80m), Handwashing On Both Sides And Demolition Of Existing Structure Approved Budget For The Contract : Php 51,480,000.00 Source Of Funds : Sr2024-12-023371 Contract Duration : 165 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Slope Protection Along Catandala Bridge, Barangay Catandala, Ibaan, Batangas Contract Id No. : 25dd0229 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 596.00 L.m. Revetment Using Gabions (right Side, Upstream) And 600.00 L.m. - 1220mm Dia. Rcpc Drainage Structures Approved Budget For The Contract : Php 96,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 244 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Gym), Barangay Lumbang, Lipa City, Batangas Contract Id No. : 25dd0230 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Covered Gym (33.60m X 18.30m) Including Demolition, Structural Works, Architectural Works, Plumbing Works, Electrical Works, Mechanical Works, Auxiliary Works And Installation Of 3-75kva Transformer Approved Budget For The Contract : Php 44,550,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 240 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Tibig Elementary School, Barangay Tibig, Lipa City, Batangas Contract Id No. : 25dd0231 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 4sty8cl School Building (23.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And Demolition Approved Budget For The Contract : Php 37,620,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay San Salvador, Lipa City Batangas Contract Id No. : 25dd0232 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (22.80m X 9.40m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Airconditioning Unit, Water Pumping System And Demolition Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (gym) At Barangay Sampaguita, Lipa City, Batangas Contract Id No. : 25dd0233 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Multi-purpose Building (35.00m X 19.97m) Including Structural Works, Architectural Works, Finishing Works, Plumbing Works, Playing Area, Electrical Works, Pole Mounted Distribution Transformer, Auxiliary Works, Mechanical Works, Ventilating System And Fire Extinguishers Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Buenventura-castillo Multi-purpose Building Including Site Facilities At Brgy. Palanca, San Jose, Batangas Contract Id No. : 25dd0234 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gym (30.50m X 18.70m) Including Stage, Health Center, Structural Works, Plumbing Works, Electrical Works And Auxiliary Works Approved Budget For The Contract : Php 16,830,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Mabini Elementary School, Barangay Mabini, Lipa City, Batangas Contract Id No. : 25dd0235 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Admin Building (11.40m X 10.00m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-37.5kva Transformer, Mechanical Works, Airconditioning Unit, Water Pumping System And Demolition Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road Including Drainage Structure, Bagong Pook, Lipa City, Batangas Contract Id No. : 25dd0236 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 160.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m; Rehabilitation Of 966.00 L.m. - 760mm Dia. Rcpc Drainage Structure Including Sidewalk, Manhole And Grouted Riprap Approved Budget For The Contract : Php 14,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 158 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Sto. Niño, Lipa City, Batangas Contract Id No. : 25dd0237 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Barangay Hall (10.90m X 7.90m) Including Demolition, Structural Works, Architectural Works, Plumbing Works, Mechanical Works, Electrical Works And Water Pumping System Approved Budget For The Contract : Php 11,266,200.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Galamay Amo, San Jose, Batangas Contract Id No. : 25dd0238 Project Location : San Jose, Batangas Scope Of Works : Construction Of Four (4) Storey Multi-purpose Building (8.40m X 7.00m) Including Demolition, Structural Works, Roofing Works, Sanitary Works, Finishing Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Facilities At Leoncio L. Patulot Memorial School, Barangay Adya, Lipa City, Batangas Contract Id No. : 25dd0239 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 244.00 L.m. Perimeter Fence Including Handwashing Area, Concrete Pavement, Landscaping And Installation Of Cctv System Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building (barangay Hall), Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0240 Project Location : Padre Garcia, Batangas Scope Of Works : Rehabilitation Of Three (3) Storey Barangay Hall (13.43m X 5.52m) Including Roofing Works, Plumbing Works, Painting Works, Ceiling Works, Electrical Works, Mechanical Works, Replacement Of Tiles, Construction Of Stairs & Partition Wall, Water Pumping System And Transformer Approved Budget For The Contract : Php 6,435,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building (barangay Hall), Barangay Poblacion 3, San Jose, Batangas Contract Id No. : 25dd0241 Project Location : San Jose, Batangas Scope Of Works : Rehabilitation Of Two (2) Storey Barangay Hall (20.96m X 7.60m) Including Structural Works, Partition Wall, Handwashing Area, Installation Of Sidings For Parking Area, Replacement Of Roofing Frame & Roofing Sheets, Architectural Works, Replacement Of Tiles, Repainting Of Wall, Ceiling Works, Electrical Works And Plumbing Works Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building (covered Court) At Barangay Balagtasin, San Jose, Batangas Contract Id No. : 25dd0242 Project Location : San Jose, Batangas Scope Of Works : Improvement Of Multi-purpose Building (22.15m X 31.83m) Including Structural Works, Plumbing Works, Electrical Works, Auxiliary Works, Cctv System, Installation Of 1-15kva Pole Mounted Distribution Transformer, Mechanial Works And Ventilating System Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building At Don Luis, San Jose, Batangas Contract Id No. : 25dd0243 Project Location : San Jose, Batangas Scope Of Works : Rehabilitation Of Three (3) Storey Main Building (47.65m X 28.25m), Two (2) Storey Legislative Building (50.45m X 15.90m) And Two (2) Storey Archive Building (77.40m X 16.70m) Including Tile Works, Ceiling Works, Electrical Works, Plmbing Repair Works, Carpentry Works, Replacement Of Plumbing Fixtures And Replacement & Installation Of Doors & Windows Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Drainage System At Barangay Anilao Labac, Lipa City, Batangas Contract Id No. : 25dd0244 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 260.50 L.m. - 760mm Dia. Rcpc Drainage Including Concrete Cover And Pccp Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 95 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Drainage System At Barangay Poblacion B, Rosario, Batangas Contract Id No. : 25dd0245 Project Location : Rosario, Batangas Scope Of Works : Rehabilitation Of 151.30 L.m. - 610mm Dia. Rcpc On Both Sides Including Rehabilitation Of Pccp With Thickness Of 0.23m Approved Budget For The Contract : Php 3,960,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 69 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 To March 04, 2025, 8:00 A.m.-5:00 P.m.; March 05, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, 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)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On February 21, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before March 05, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On March 05, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr 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 Of The Bid. " 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph February 12, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: February 13, 2025 To February 19, 2025 Publication: Dpwh Website/ Philgeps

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 14.7 Million (USD 253.4 K)
Details: Description Invitation To Bid (cw-02-2025-010) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (auditorium Building), Barangay Tambo, Lipa City, Batangas Contract Id No. : 24dd0293 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Auditorium (23.95m X 21.70m) Including Catwalk, Structural Works, Architectural Works, Electrical Works, Auxiliary Works And Mechanical Works Approved Budget For The Contract : Php 79,200,000.00 Source Of Funds : Sr2024-12-023371 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Lodlod Elementary School, Barangay Lodlod, Lipa City, Batangas Contract Id No. : 24dd0294 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 4sty16cl School Building (46.00m X 9.50m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Cctv System, Fire Alarm System, Auxiliary Works, Construction Of Power House (3.50m X 2.80m), Handwashing On Both Sides And Demolition Of Existing Structure Approved Budget For The Contract : Php 71,280,000.00 Source Of Funds : Sr2024-12-023371 Contract Duration : 225 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Inosloban Marawoy Integrated National High School, Barangay Marawoy, Lipa City, Batangas Contract Id No. : 24dd0295 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 4sty8cl School Building (237.00 Sq.m.) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Cctv System, Fire Alarm System, Auxiliary Works, Construction Of Power House (3.50m X 2.80m), Handwashing On Both Sides And Demolition Of Existing Structure Approved Budget For The Contract : Php 51,480,000.00 Source Of Funds : Sr2024-12-023371 Contract Duration : 165 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Slope Protection Along Catandala Bridge, Barangay Catandala, Ibaan, Batangas Contract Id No. : 25dd0229 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 596.00 L.m. Revetment Using Gabions (right Side, Upstream) And 600.00 L.m. - 1220mm Dia. Rcpc Drainage Structures Approved Budget For The Contract : Php 96,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 244 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Gym), Barangay Lumbang, Lipa City, Batangas Contract Id No. : 25dd0230 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Covered Gym (33.60m X 18.30m) Including Demolition, Structural Works, Architectural Works, Plumbing Works, Electrical Works, Mechanical Works, Auxiliary Works And Installation Of 3-75kva Transformer Approved Budget For The Contract : Php 44,550,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 240 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Tibig Elementary School, Barangay Tibig, Lipa City, Batangas Contract Id No. : 25dd0231 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 4sty8cl School Building (23.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And Demolition Approved Budget For The Contract : Php 37,620,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay San Salvador, Lipa City Batangas Contract Id No. : 25dd0232 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (22.80m X 9.40m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Airconditioning Unit, Water Pumping System And Demolition Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (gym) At Barangay Sampaguita, Lipa City, Batangas Contract Id No. : 25dd0233 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Multi-purpose Building (35.00m X 19.97m) Including Structural Works, Architectural Works, Finishing Works, Plumbing Works, Playing Area, Electrical Works, Pole Mounted Distribution Transformer, Auxiliary Works, Mechanical Works, Ventilating System And Fire Extinguishers Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Buenventura-castillo Multi-purpose Building Including Site Facilities At Brgy. Palanca, San Jose, Batangas Contract Id No. : 25dd0234 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gym (30.50m X 18.70m) Including Stage, Health Center, Structural Works, Plumbing Works, Electrical Works And Auxiliary Works Approved Budget For The Contract : Php 16,830,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Mabini Elementary School, Barangay Mabini, Lipa City, Batangas Contract Id No. : 25dd0235 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Admin Building (11.40m X 10.00m) Including Structural Works, Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-37.5kva Transformer, Mechanical Works, Airconditioning Unit, Water Pumping System And Demolition Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road Including Drainage Structure, Bagong Pook, Lipa City, Batangas Contract Id No. : 25dd0236 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 160.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m; Rehabilitation Of 966.00 L.m. - 760mm Dia. Rcpc Drainage Structure Including Sidewalk, Manhole And Grouted Riprap Approved Budget For The Contract : Php 14,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 158 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Barangay Sto. Niño, Lipa City, Batangas Contract Id No. : 25dd0237 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Three (3) Storey Barangay Hall (10.90m X 7.90m) Including Demolition, Structural Works, Architectural Works, Plumbing Works, Mechanical Works, Electrical Works And Water Pumping System Approved Budget For The Contract : Php 11,266,200.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Galamay Amo, San Jose, Batangas Contract Id No. : 25dd0238 Project Location : San Jose, Batangas Scope Of Works : Construction Of Four (4) Storey Multi-purpose Building (8.40m X 7.00m) Including Demolition, Structural Works, Roofing Works, Sanitary Works, Finishing Works, Electrical Works And Mechanical Works Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Facilities At Leoncio L. Patulot Memorial School, Barangay Adya, Lipa City, Batangas Contract Id No. : 25dd0239 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 244.00 L.m. Perimeter Fence Including Handwashing Area, Concrete Pavement, Landscaping And Installation Of Cctv System Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building (barangay Hall), Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0240 Project Location : Padre Garcia, Batangas Scope Of Works : Rehabilitation Of Three (3) Storey Barangay Hall (13.43m X 5.52m) Including Roofing Works, Plumbing Works, Painting Works, Ceiling Works, Electrical Works, Mechanical Works, Replacement Of Tiles, Construction Of Stairs & Partition Wall, Water Pumping System And Transformer Approved Budget For The Contract : Php 6,435,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building (barangay Hall), Barangay Poblacion 3, San Jose, Batangas Contract Id No. : 25dd0241 Project Location : San Jose, Batangas Scope Of Works : Rehabilitation Of Two (2) Storey Barangay Hall (20.96m X 7.60m) Including Structural Works, Partition Wall, Handwashing Area, Installation Of Sidings For Parking Area, Replacement Of Roofing Frame & Roofing Sheets, Architectural Works, Replacement Of Tiles, Repainting Of Wall, Ceiling Works, Electrical Works And Plumbing Works Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building (covered Court) At Barangay Balagtasin, San Jose, Batangas Contract Id No. : 25dd0242 Project Location : San Jose, Batangas Scope Of Works : Improvement Of Multi-purpose Building (22.15m X 31.83m) Including Structural Works, Plumbing Works, Electrical Works, Auxiliary Works, Cctv System, Installation Of 1-15kva Pole Mounted Distribution Transformer, Mechanial Works And Ventilating System Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation Of Multi-purpose Building At Don Luis, San Jose, Batangas Contract Id No. : 25dd0243 Project Location : San Jose, Batangas Scope Of Works : Rehabilitation Of Three (3) Storey Main Building (47.65m X 28.25m), Two (2) Storey Legislative Building (50.45m X 15.90m) And Two (2) Storey Archive Building (77.40m X 16.70m) Including Tile Works, Ceiling Works, Electrical Works, Plmbing Repair Works, Carpentry Works, Replacement Of Plumbing Fixtures And Replacement & Installation Of Doors & Windows Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.19 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Construction Of Drainage System At Barangay Anilao Labac, Lipa City, Batangas Contract Id No. : 25dd0244 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 260.50 L.m. - 760mm Dia. Rcpc Drainage Including Concrete Cover And Pccp Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 95 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Drainage System At Barangay Poblacion B, Rosario, Batangas Contract Id No. : 25dd0245 Project Location : Rosario, Batangas Scope Of Works : Rehabilitation Of 151.30 L.m. - 610mm Dia. Rcpc On Both Sides Including Rehabilitation Of Pccp With Thickness Of 0.23m Approved Budget For The Contract : Php 3,960,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 69 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 13, 2025 To March 04, 2025, 8:00 A.m.-5:00 P.m.; March 05, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, 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)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On February 21, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before March 05, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On March 05, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. "if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Irr 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 Of The Bid. " 11. The Dpwh-batangas Iv District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph February 12, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: February 13, 2025 To February 19, 2025 Publication: Dpwh Website/ Philgeps

Province Of Iloilo Tender

Healthcare and Medicine
Philippines
Closing Date27 May 2025
Tender AmountPHP 2.4 Million (USD 43 K)
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Ambulance Bid No. Nth-25-583-b Philippine Bidding Documents Sixth Edition July 2020 Table Of Contents Section I. Invitation To Bid……………………………………………………..3 Section Ii. Instructions To Bidders………………………………………..…...5 1. Scope Of Bid ………………………………………………………………………. 5 2. Funding Information………………………………………………………………. 5 3. Bidding Requirements ……………………………………………………………. 5 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 5 5. Eligible Bidders…………………………………………………………………… 5 6. Origin Of Goods ………………………………………………………………….. 6 7. Subcontracts ……………………………………………………………………… 6 8. Pre-bid Conference ………………………………………………………………. 6 9. Clarification And Amendment Of Bidding Documents …………………………… 6 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 6 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 7 13. Bid And Payment Currencies ……………………………………………………… 7 14. Bid Security ………………………………………………………………………. 7 15. Sealing And Marking Of Bids ……………………………………………………… 7 16. Deadline For Submission Of Bids …………………………………………………. 8 17. Opening And Preliminary Examination Of Bids ………………………………….. 8 18. Domestic Preference ……………………………………………………………… 8 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 8 20. Post-qualification ………………………………………………………………… 8 21. Signing Of The Contract …………………………………………………………… 8 Section Iii. Bid Data Sheet …………………………………………………..9 Section Iv. General Conditions Of Contract ……………………...………..10 1. Scope Of Contract ………………………………………………………………… 10 2. Advance Payment And Terms Of Payment ……………………………………….. 10 3. Performance Security ……………………………………………………………. 10 4. Inspection And Tests ……………………………………………………………… 10 5. Warranty …………………………………………………………………………. 10 6. Liability Of The Supplier ………………………………………………………….. 10 Section V. Special Conditions Of Contract ………………………………….11 Section Vi. Schedule Of Requirements ……………………………………....13 Section Vii. Technical Specifications …………………………………………14 Section Viii. Checklist Of Technical And Financial Documents …………..17 Section I. Invitation To Bid Purchase Of Ambulance Bid No. Nth-25-583-b 1. The Iloilo Provincial Government Through The Supplemental Budget No. 1 Cy 2024 20% Ira Intends To Apply The Sum Of Two Million Four Hundred Thousand Pesos (php2,400,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Ambulance. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Days Upon Receipt Of The Notice To Proceed (ntp). Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat Of The Iloilo Provincial Government And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 5, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On May 13, 2025 At 9:00 A.m At 5th Floor,bac Secretariat, Iloilo Provincial Capitol And/or Through Video Conferencing Or Webcasting, Upon Request At Least Three (3) Days Before The Pre-bid Conference, Via Zoom Or Other Videoconferencing Portals, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The 5th Floor, Bac Secretariat, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before May 27, 2024 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 27, 2025 At 9:01 A.m. At The 5th Floor, Bac Secretariat, Iloilo Provincial Capitol. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. The Participating Bidder/supplier Or Its Authorized Representative Must Indicate In Any Of The Eligibility Documents, An Email Address Or A Working Fax Number. The Absence Of Which Shall Be A Ground For Disqualification. Notice To The Bidder/supplier Through The Use Of Either Of These Means (email/fax) Is Considered Sufficient Notice. The Date Of Filing Of Reconsideration And All Communications With The Bac Shall Be Its (bac) Date Of Receipt. B. The Bidder(s)/awardee(s) Or Its Authorized Representative Must Conform To The Notice Of Award Within Three (3) Calendar Days From Receipt Of Such Notice And The Winning Bidder Shall Post The Required Performance Security And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award In Accordance With Section 37.2.1 Of The Revised Irr Of R.a. No. 9184. C. The Bidder/supplier Must Have No Pending Unaccepted Notice To Proceed Three (3) Days From The Date Of Acceptance And Signing Of The Purchase Order. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. D. The Bidder/supplier Must Have No Notice Of Award Pending Its Conformity Three (3) Days From The Date Of Its Receipt Of The Notice Of Award. Otherwise, It Shall Be Aground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. E. The Bidder/supplier Shall Submit A List Of All Its Ongoing And Completed Projects With The Iloilo Provincial Government Indicating The Delivery Periods And Accomplishments Of Such Projects. F. The Bidder/supplier At The Time Of The Bidding Must Have No Pending Unposted Performance Or Warranty Security, As The Case May Be, Beyond The Period Allowed In The Notice Of Award. Otherwise, It Shall Be A Ground For Disqualification And The Bidder Will Be Rated "failed" During The Preliminary Examination Of Bids And/or Its Bid Shall Be Declared As "non-responsive" During Post-qualification. G. When An Occurrence Of A Tie Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 11. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Bac Secretariat Head 5th Floor, Bids And Awards Committee Iloilo Provincial Capitol Email Address: Ipg_bacs@yahoo.com/bac@iloilo.gov.ph Website: Iloilo.gov.ph Telephone Number: (033) 336-0736 13. You May Visit The Following Websites For Downloading Of Bidding Documents: Ipg.gov.ph And/or Philgeps.com April 29, 2025 Atty. Dennis T. Ventilacion Chairman, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Wishes To Receive Bids For The Purchase Of Ambulance With Bid No. Nth-25-583-b. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Item, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of Two Million Four Hundred Thousand Pesos (php2,400,000.00) 2.2. The Source Of Funding Is: Lgus, The Annual Or Supplemental Budget, As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos. 14. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time At Its Physical Address As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Complete Bid - One Project Having Several Items That Shall Be Awarded As One Contract In Case Of Complete Bid. Line Bidding/partial Bidding - One Project Having Several Items, Which Shall Be Awarded As Separate Contracts Per Item 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Refers To The Contracts To Be Bid Or The Object Of The Contract; B. Completed Within Three (3) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp [governor Niel D. Tupas Sr. District Hospital, Barotac Viejo, Iloilo] Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc, If Bid Security Is In Surety Bond. 15 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 19.3 No Further Instructions. 20.2 For The Procurement Of Drugs And Medicines And Medical Equipment/supplies, The Bidder Shall Submit The Following: A. Certificate Of Product Registration From Food And Drug Administration (fda) For Easy Validation During The Post-qualification; B. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; C. For The Procurement Of Regulated Drugs, The Applicable Type Of S-license: S-1, S-3 (retailer) S-4 (wholesaler) S-5c (manufacturer) S-5d (bulk Depot/storage) S-5e S-5i (importer); D. License To Operate (lto) Issued By Fda, If Applicable; E. After-sales Services/parts, If Applicable; F. Manpower Requirements, If Applicable. 21.2 No Further Instructions. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 6.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines, State:] “the Delivery Terms Applicable To This Contract Are Delivered To The Governor Niel D. Tupas Sr. District Hospital, Barotac Viejo, Iloilo. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is The Authorized Employee/official Of The Iloilo Provincial Government. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. 2.2 Partial Payment Is Not Allowed. 4 The Inspections And Tests That Will Be Conducted Are Through Physical Inspection. Item Number Description Quantity Total Delivered, Weeks/months 1 Ambulance With Complete Accessories 2.8l Diesel M/t 1 1 ___________________________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Nth-25-583-b Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Ambulance With Complete Accessories 2.8l Diesel M/t Overall Dimensions: Length X Width X Height Mm 5,265 X 150 X 1,990 Wheelbase Mm 3,210 Ground Clearance Mm 175 Maximum Tire Turning Radius M 5.5 Fuel Tank Capacity L 70 Engine And Transmission Displacement Cc 2,755 Maximum Output Ps/rpm 176/3,400 Maximum Torque Nm/rpm 420/1,400-2600 Transmission 6-speed Manual Chassis Suspension Front/rear Mcpherson Strut/rigid Axle Leaf Spring Breaks Front/rear Ventilated Disc/drum Steering System Variable Power Steering Tires 215 / 70r16c Steel With Full Cap Exterior Headlamp: Bi-beam Multi-reflector Halogen With Integrated Turn Lamp Wiper: Front/rear Intermittent With Mist Rear Window Defogger: With Timer Interior Instrument Panel: Meter Gauge Analog With Digital Trip Meter With Multi Info Display Accessory Connector: Front 12v X 2 With Glove Box: Steering Wheel: Material 4-spoke, Urethane Switch Audio, Telephone, Voice, Mid Steering Column: Manual Tilt And Telescopic Adjustment Shift Lever Knob: Urethane Dash Mounted Front Personal Lamp: With Driver And Passenger With Room Lamp: Sun Visor: With Driver And Passenger Rear View Mirror: Day And Night Seats: Driver Slide, Recline And Vertical Adjust Front Passenger With Recline Adjust Front Center Passenger With Recline Adjust Cups/bottle Holder: Front Instrument Panel (2pcs), Center Seat Back (2pcs) Door Trim (2 Pcs) Audio System: 8” Display Audio Function Apple Carplay + Anroid Auto/tuner/usb/bt 4 Speakers Aircondition: Type Dual Front Manual Control Functions Power: Window With (driver/front Passenger Auto Up-down) With Door Lock Outside Rearview Mirror Adjust – Retract Illuminated Entry: Ignition Key + Lamp Light Control System: Sensor Only Key Remind Warning: With (buzzer) Safety: With Abs (anti-lock Break System) Srs Airbag: Driver + Front Passenger Front Seat Belt: 3 Pt. Elr (2 Pcs) + 2 Pt Nr (1 Pc) Vehicle Security System: Alarm With Immobilizer With Reverse Camera Inclusions: Tint Ewd Standard Tools And Materials Supply With Installation Of: -two (20) 20 Lbs Oxygen Tanks -wall Mounted B.p Apparatus With Stethoscope -first Aid Kit -oxygen Regulator With Humidifier & Nasal Cannula -(ambu Bag) Bvm (separate Unit For Adult And Pedia) -minor Surgical Kit -led Flashlight With Rechargeable Batteries -plastic Spine Board -led Gen 3 Bar Light Blinkers (red/blue) -dashboard Blinker Red/blue Gen3 Leds -tailgate Blinker Gen 3 Leds -ambulance Side Blinker Gen 3 Leds -siren Amplifier And Speaker, 100 Watts -headlight Blinker Module W/ Controller (wig-wag Controller) -5lbs Abc Dry Chem Fire Extinguisher -led Interior Light -i.v Hook -full One Side Medical Cabinetry With Vertical Clear Acrylic Sliding Shutter -side Cabinetry Includes Holder Of Two 20-lbs. Oxygen Tanks -installation Of Stretcher Bed With Ramp Approach (bi Steel Only) -stainless Bumper Approach Not Needed As Stretcher Does Not Hit The Rear Bumper -non-slip “checkered Plate” Design Vinyl Floor Covering Over 3/4” Marine Plywood Flooring -black Tint (except For Driver Side And Passenger Side Windows) -2-seater Bench With Storage Under Seat Equip With Seatbelts And Backrest -overhead Handrail -divider Between The Front & Patient Compartment Made Of Clear Acrylic Sheet -power Inverter 2,000 To 3,000 Watts -2 To 3 Gang 220v Power Outlet -supply Of Multi-level Stretcher With 181 Kgs Capacity And Includes Mattress & Straps Terms And Conditions 1. The Vehicle Shall Be Delivered To Iloilo Provincial Capitol, Iloilo City, Thirty (30) Calendar Days From Contract Effectivity. 2. Bid Tender Shall Be Supported With Evidence In The Form Of Manufacturer’s Unamended Sales Literature Of Product Data Sheet And Condition Statement Of Specifications And Compliance As Appropriate. 3. Warranty Period Shall Be One (1) Year After Acceptance, Or A Mileage Of One Hundred Thousand (100,000) Kilometers Whichever Comes First. 4. The Dealer Shall Shoulder The First Three (3) Years Lto Registration And One (1) Year Gsis Compulsory Third Party Liability (cptl) 5. The Dealer Shall Provide Seat Cover, Matting, Tint And Rustproofing. ___________________________________ Signature Over Printed Name Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope (m) Original Of Duly Signed And Accomplished Financial Bid Form; And (n) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) (o) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. (p) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 13.6 Million (USD 233.9 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Thirteen Million Six Hundred Eighty Thousand Ninety One & 63/100 (php 13,680,091.63) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Barangay Health Center And Nutrition Office Poblacion 3, Villanueva, Misamis Oriental, Under Purchase No. 0016-25 Dated December 23, 2024. Description Of Works Part I. Other General Requirements B.3 Permits And Clearances B.5 Project Billboard/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Spl Logo Part Ii. Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii. Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part Iv. Masonry Works 1046(2)a1 Chb Non Load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish Part V. Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi. Doors & Windows 1008 Aluminum Glass Windows 1010(2)a Hollow Core Flush Door 1007 Aluminum Framed Glass Door Part Vii. Carpentry & Joinery Works 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling 1003(4) Cabinets 1003(11)a Fascia Board 1003(17) Carpentry & Joinery Works (ceiling Vent) 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1013(2)c Fabricated Metal Roofing Accessory (gutter) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)b Metal Structures Accessories (sagrods) 1051(6) Railings Part Ix. Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part Xi Mechanical & Electronics Works 1200(13) Air Conditioning System 1202(06)a2 Extinguisher 1203 Fire Alarm System Part Xii Plumbing Works 1001(8) Sewer Line Works 1001(9) Storm Drainage And Downspout 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault (chb) 1001(5)b Catch Basin (chb) Part Xiii Termite Conrtol Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 141 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

UNITED STATES AGENCY FOR GLOBAL MEDIA Tender

Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date11 Apr 2025
Tender AmountRefer Documents 
Details: Amendment 00002 at This Time, Usagm Is Not Performing Any Mission-related Activities While It Rescopes Its Functions In Accordance With Executive Order 14328, “continuing The Reduction Of The Federal Bureaucracy”. As A Result, Rfp # 951700-25-r-0012 Is Hereby Suspended Until Further Notice. ****************************************************************************************************************************************************************************** amendment 00001 usagm Hereby Extends The Due Date For Proposal Submission From:4/2/2025 To: 4/11/2025. See Attached Amendment 00001 For Details **************************************************************************************************************************************************************************** background this Is A Contract (hereinafter "contract") Between The U.s. Agency For Global Media (hereinafter Referred To As The "usagm"), An Entity Of The Government Of The United States Of America, With Its Headquarters Located At 330 Independence Avenue, Sw, Washington, Dc, 20237, U.s.a. And (tbd) (hereinafter "contractor"). statement Of Work the Requirement Of This Contract Is To Provide Facilities Maintenance Support At The Usagm Philippines Transmitting Station Located In Tinang, Concepcion, Tarlac. the Contractor Shall Provide A Broad Range Of Maintenance Services To Support The Ongoing Operations Of The Facility. The Statement Of Work Is As Follows: electrician Services – Regular Inspection, Maintenance, Troubleshooting, And Repair Of The Facility's Electrical Systems, Ensuring Safety, Efficiency, And Compliance With Electrical Codes And Standards. air Conditioning (hvac) Maintenance And Repair – Scheduled Preventive Maintenance And Corrective Repair Of Air Conditioning Systems, Including Split-type Units, Chillers, Cassette Multi-zoned Hvac Systems, And Ventilation Equipment To Maintain Optimal Indoor Air Quality And Temperature Control. real Property Maintenance & Repair – General Upkeep And Repair Of All Physical Infrastructure, Including Building Exteriors, Roofing, Walls, Flooring, Ceilings, Windows, And Doors. Work Shall Also Include Minor Renovations, Carpentry, Painting, And Masonry As Required. household Equipment & Appliances Maintenance – Periodic Inspection And Servicing Of Facility-owned Household Appliances, Including But Not Limited To Refrigerators, Ovens, Washing Machines, Dryers, And Kitchen Equipment. plumbing Services – Maintenance And Repair Of All Plumbing Systems And Fixtures, Ensuring The Proper Operation Of Water Supply And Drainage Systems. The Facility Contains Approximately 95 Plumbing Fixtures Across Multiple Buildings, Requiring Routine Inspections, Leak Detection, Unclogging, Replacement Of Damaged Components, And Compliance With Water Efficiency Standards. warehouse Support – Inventory Management, Logistics Assistance, And Maintenance Of Storage Areas, Ensuring Proper Organization And Safekeeping Of Equipment, Tools, And Materials Essential For Facility Operations. maintenance & Repair Of Government-owned Vehicles (govs), Heavy Equipment, Utility Vehicles (utvs), And Gasoline/ Diesel-powered Tools – Routine Servicing, Preventive Maintenance, And Necessary Repairs To Ensure Operational Readiness And Safety Compliance Of Government-owned Vehicles And Equipment. temporary Additional Maintenance Services – On An As-needed Basis, The Contractor May Be Required To Provide Supplemental Maintenance Services Beyond The Standard Scope Outlined Above. These Services Will Be Determined By Operational Requirements And Facility Needs. emergency Maintenance Services – The Contractor Shall Provide Additional Maintenance Services As Required By The Facility. These Services Will Be Project-specific And May Include Emergency Repairs, Short-term Labor Support, Or Other Operational Needs Outside Of The Regular Maintenance Schedule. the Contractor Is Expected To Have Qualified Personnel, Tools, And Resources Necessary To Execute These Services Efficiently While Adhering To Industry Best Practices, Safety Standards, And Government Regulations. this Facility Includes The Buildings Shown In The Following Chart, The Contractor Will Be Required To Maintain The Rooms As Identified In Attachment 6. all Services Shall Be Performed In Accordance With The Statement Of Work, Terms And Conditions, And Attachments Included In This Contract And All Applicable Far Clauses, Regulations, Standards, Attachments And Other Documents Referenced Herein. purpose: The Maintenance Of The Building Is Essential For Ensuring Its Long-term Functionality, Safety, And Efficiency. A Well- Maintained Facility Not Only Preserves Its Structural Integrity But Also Enhances The Overall Operational Effectiveness Of The Organization It Serves. The Key Objectives Of Building Maintenance Include: ensuring Safety And Usability – Proper Maintenance Ensures That All Building Systems, Including Electrical, Plumbing, Hvac, And Structural Components, Remain In Safe Working Condition. Regular Inspections And Repairs Help Prevent Potential Hazards Such As Electrical Failures, Leaks, Water Damage, Or Structural Deterioration, Safeguarding The Well-being Of Employees, And Visitors. extending The Longevity Of Assets – Consistent Upkeep Of Critical Infrastructure, Equipment, And Building Components Reduces Wear And Tear, Ultimately Prolonging The Lifespan Of Assets. Preventative Maintenance Strategies, Such As Routine Servicing, Calibration, And Condition Monitoring, Prevent Premature Degradation And Extend The Operational Life Of Essential Systems. optimizing Asset Performance – A Well-maintained Facility Enables All Mechanical, Electrical, And Structural Components To Operate At Their Highest Efficiency Levels. Properly Functioning Hvac Systems, Lighting, And Plumbing Improve Indoor Air Quality, Energy Efficiency, And Overall Workplace Productivity. avoiding Unscheduled Downtime – Proactive Maintenance Minimizes The Likelihood Of Sudden Equipment Failures, System Breakdowns, Or Emergency Repairs That Could Disrupt Daily Operations. This Ensures Continuous Service Availability, Especially In Mission-critical Facilities Where Downtime Can Lead To Operational Setbacks And Financial Losses. minimizing Operational Costs – Routine Maintenance Is Cost-effective Compared To Reactive Repairs Or Emergency Replacements. Preventing Small Issues From Escalating Into Major Failures Reduces Repair Expenses, Conserves Resources, And Minimizes Disruptions That Could Impact Productivity. Proper Asset Management Also Helps In Energy Conservation, Reducing Long-term Utility Costs. enhancing Compliance With Regulations – Regular Maintenance Ensures That The Building Meets Local, National, And International Building Codes, Safety Standards, And Environmental Regulations. Compliance With Fire Safety Protocols, Electrical Standards, And Occupational Health Regulations Reduces Legal Liabilities And Improves Workplace Safety. preserving Property Value – Maintaining The Building’s Physical Structure, Aesthetics, And Functionality Enhances Its Market Value And Ensures That It Remains A Valuable Asset For The Organization. Neglected Properties Suffer From Depreciation, Costly Repairs, And Reduced Efficiency Over Time. supporting Sustainability Initiatives – Proper Maintenance Contributes To Environmental Sustainability By Reducing Energy Consumption, Water Wastage, And Material Waste. Efficient Use Of Resources Through Maintenance Practices Such As Led Lighting Upgrades, Hvac Optimizations, And Smart Building Management Systems Aligns With Green Building Initiatives And Corporate Sustainability Goals. in Conclusion, A Well-maintained Building Is More Than Just An Operational Necessity—it Is A Strategic Investment. By Implementing A Robust Maintenance Program, The Facility Remains Safe, Functional, Cost-efficient, And Sustainable, Ultimately Contributing To The Success Of The Organization And The Well-being Of Its Occupants And Equipment. objectives the Objectives Of This Contract Include: providing Facilities Maintenance Support Services On A Routine Basis To Maintain The Operational Integrity Of The Facility. ensuring All Scheduled And Unscheduled Maintenance Tasks Are Documented And Completed Within Established Timelines. Maintaining Compliance With All Applicable Safety, Regulatory, And Operational Standards. providing Effective Supervision And Management Of Contractor Personnel To Ensure High-quality Performance And Adherence To Contract Requirements. contract Type this Is A Firm-fixed-price (ffp)/hybrid Contract For Facility Maintenance Services For The Usagm Philippines Transmitting Station. All Standard Services Are Firm-fixed-price, Temporary Additional Services And Emergency Maintenance Services Are Not To Exceed (nte) Contract Line Items (clins) Based On Fixed Price Hourly Rates. acquisition Authority this Acquisition Is Conducted Under The Authority Of The Federal Acquisition Regulation (far) Part 13-simplified Acquisition Procedures; Far Subpart 13.5-simplified Procedures For Certain Commercial Items; Far Part 12-acquisition Of Commercial Items. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02; Dated 01/03/2025. To View The Latest Federal Acquisition Circulars (fac) Go To Https://www.regulations.gov. section Ii – Technical Services/specific Work Requirements this Is A Firm-fixed-price (ffp)/hybrid Contract For Facilities Maintenance Support Services At The U.s. Agency For Global Media, Located At Tinang, Concepcion, Tarlac, Philippines. the Contractor Shall Perform The Following Technical Services/work Requirements: standard Services the Contractor Shall Provide Facilities Maintenance Support Services. The Contractor Shall Include All Planning, Administration, And Management, And Perform All Related Support Functions Such As Supply, Subcontracting, Quality Control, And Maintenance Of Complete Records And Files Necessary To Assure That All Services Comply With This Contract And Are Comport With All Applicable Laws And Regulations. unscheduled Services: Maintenance That Is Planned But Is Not Scheduled For Specific Time And Has Not Been Assigned To A Technician. All Other Maintenance And Repair Actions Shall Be Documented On The Work Order Form Provided In Attachment 3. These Assignments Shall Be Issued To Address And Track Unforseen Work Identified During Routine Scheduled Maintenance Or Resulting From System Failures Outside The Contractor’s Normal Workday. The Contractor Shall Document All Failures Or Anomalies Discovered During Inspections Or Observed By Contractor Personnel On A Work Order And Submit It To The Cor. electrician Services the Contractor Shall Provide Building Electrical Maintenance, Modify Or Install Power Distribution Transformers And Maintenance Of Electrical Circuits And Services As Per Directed By The Station. Many, But Not All, Daily Assignments Will Have Electricians Working alongside Station Employees To Complete Work Assignments. Services Includes Electro-mechanical Work, Shall Involve Daily Inspections And Logging Of Equipment Condition, As Well As Repair Of Such Equipment. The Contractor’s Electrical Service Personnel Shall Perform Maintenance Of low Voltage Load And Power Panels, Emergency And Exit Lights, Electrical Manholes And Hand Holes. The Contractor’s Personnel Shall Also Be Required To Replace And Repair Street And Perimeter Lighting, Which Includes Replacement Of Wiring, Conduits, Grounding, Etc. General Cleaning Of Electrical Equipment And Auxiliaries, And Spot Painting Of The Same Shall Be Accomplished On An As-needed Basis. daily Work Assignments. Routine Daily Work Assignments Typically Revolve Around Routine Maintenance And Repair Of Items Such As Lighting Fixtures; Switch Panels; Electrical Outlets, Wiring And Conduits; Circuit Breakers And Fuses; Motors; And Other Items In The Station's Low Voltage Electrical System. Daily Work Assignments Typically Revolve Around Routine Maintenance And Repair Of Items. quarterly Work Assignments. Quarterly Maintenance Assignments Shall Include, But Are Not Limited To, The Following (refer To Attachment 7 For Sample Quarterly Maintenance Checklist): cleaning Of All The Exterior Lighting Fixtures On All Buildings, Along The Perimeter Fence Line - At Inner Compound, Tt2 Area, Power Plant Compound, And At Antenna Field Structures (fixtures Include But Are Not Limited To Emergency Lights, Exit Lights, Streetlights, Pylon Lights, Flood Lights And May Need To Be Replaced Or New Fixtures Installed) cleaning Of The Station's Exterior Electrical Outlets On Buildings And On Antenna Field Shelters. cleaning Of The Electrical Panels, Motor Control Center And Lighting Controllers. cleaning Of Low Voltage Transformers. electrical Equipment Shall Be Tested And Repaired Or Replaced, As Necessary. ​​​​​​​​​​​​​​preventive Maintenance: In Addition To Scheduled Maintenance, The Contractor Will Be Called During The Normal Workday As Required By Varying Weather And Environmental Conditions Throughout The Year To Provide Direct Support To The Station's Electrical Unit. these Jobs Include, But Are Not Limited To, The Following cleaning Of Electrical Manholes And Hand Holes. cleaning Of Generator Cooling Towers, Cooling Radiators, Air Filters, And Air Compressors. cleaning Of Substation Equipment And Distribution Switchgears During Annual Preventive Maintenance. assist With The Installation Of Electrical Provisions And Relocation Of Electrical Equipment During Building Renovations And Building Construction. perform Periodic Cleaning Of Electrical Equipment And Auxiliaries. perform Periodic Painting Of Electrical Equipment. air Conditioning (ac) Maintenance And Repair- Quarterly ac Work Shall Include Periodic Inspections, Repair, Preventive Maintenance, Installation And Repair Or Replacement Of Component Parts, Recovery Of The Refrigerants (refer To Attachment 8 For List Of Hvac Units), And Other Ac Activities Directed By The Station. quarterly Maintenance. Besides General Maintenance And Repair Activities, The Contractor Shall Perform The Following Scheduled Maintenance (refer To Attachment 9 For Sample Quarterly Maintenance Checklist For Ac Units): preventive Maintenance/scheduled Maintenance. schedule Maintenance Is Planned For A Specific Time And Scenario. Preventive Maintenance Or Pm Is Regular, Planned Maintenance Scheduled According To Usage Or Time-based Triggers. cleaning Of Air Conditioning Units In The Buildings And At The Antenna Field Shelters. cleaning Of Air Ventilation Units And Air Filters On Buildings. cleaning Of Air Compressor Units. cleaning Of The 2-unit Air Cooled Water Chiller And 2 Air Handling Units. Assist With Troubleshooting Air Conditioning Unit Water Chiller. assist With Troubleshooting And Repair Of Air Conditioning Systems In The Station Vehicles. assist With Installation And Replacement Of All The Air Conditioning Units At The Station. real Property Inspection. The Contractor Shall Provide Real Property Inspection. Any Maintenance Or Repair Required As A Result Of Inspection Findings, Will Be Ordered In Accordance With The Procedures Outlined In Section 2. Standard Services. daily Inspections. The Contractor Shall Assist Locally Employed Staff (les) Electrical Equipment Technicians In Performing Daily Inspections To Identify Required Maintenance And Repair Work (refer To Attachment 13- Real Property Inspection). The Intent Of This Requirement Is That Daily Inspections Will Cover All Work Areas Identified In Attachment 13 From Week To Week. Required Work Shall Be Reported To The Cor For Scheduling. During Inspections Performed By The Locally Employes Staff And Contractor Personnel, All Maintenance And Repair Work Found Will Be Documented By Completing And Submitting A Work Order To The Cor For Approval. the Areas To Be Inspected Are As Follows: walls/roofing. Damaged Or Deteriorated Wall Areas Shall Be Repaired/replaced To Restore To A Serviceable, Structurally Sound, And Watertight Condition. This Includes, But Is Not Limited To, Replacing Damaged Masonry Units, Tuck-pointing Loose Or Eroded Mortar Joints, Sealing Penetrations In Wall Openings, Building Roof Tops, Replacing Damaged Or Deteriorated Structural Members, Siding, Underlay, And Exterior Trim, Replacing Miscellaneous Hardware Items And Repairing Any Water Penetration Of Station Roofs. concrete Works. Contractor Shall Patch Cracked, Broken Or Chipped Concrete Floors, Walkways And Drives With A Non-shrinking Cement Mortar. Working Areas Shall Be Cleaned, And All Loose Concrete Removed. Underlay Surfaces Shall Be Chipped To Ensure Bond With The Patch. Shallow Chip Areas Shall Be Chipped To Provide Space For An Adequate Patch Thickness. The Patch Shall Be Finished Even With The Adjacent Surfaces And Finished To Match Existing Texture. Contractor Shall Install Concrete Forms, Construct Concrete Foundation Or Slabs And Concrete Post As Required. Damaged Septic Tanks Shall Be Replaced Or Repaired, And Electrical Concrete Post Foundations Constructed As Directed By The Cor. building Exterior. Exterior Trim, Including All Exterior Moldings, Millwork, Shutters, And Cornice Shall Be Repaired Or Replaced As Required. Surfaces For All Installations Shall Be Thoroughly Cleaned Of Sealant And Paint Build-up Prior To Installation Of Trim. Damaged Or Deteriorated Insulation Board Or Underlay Shall Be Replaced With Material Of The Same Type, Thickness And Quality. gutters. Broken, Damaged, Misaligned, Or Leaking Gutters And Downspouts Shall Be Repaired Or Replaced With New Material To Match Original As To Gauge, Type Of Material And Finish, And Loose Hangers And Fasteners Shall Be Tightened. Missing Wire Guards, Hangers And Fasteners For Gutters And Downspouts, And Splash Blocks Shall Be Replaced. Splash Blocks Shall Be Properly Positioned To Receive The Impact Of Drainage Water. tiles. Tile On Floors, Kitchen Countertop, Lavatories, Walls, And Window Stools/sills And Marble Saddles That Are Broken, Missing, Cracked Or Discolored Shall Be Replaced As Required. Wall And Floor Tiles Shall Be Re-grouted As Required To Provide A Waterproof Seal. Damaged Or Deteriorated Tiles Shall Be Replaced With Matching Tiles Of The Same Thickness As Original. Damaged Tiles Or Tiles To Be Replaced Shall Be Removed Without Affecting Adjacent Tiles And The Affected Area Shall Be Cleared Of All Debris And Moisture To Provide A Clean, Uniform Dry Surface For The Installation Of New Tile. If Tile Is Replaced Adjacent To A Wall, Vinyl Baseboard Shall Be Replaced Or Repaired As Necessary. Damaged Caulking Around Sinks, Shower Stalls, Tiles And Accessories Shall Be Chiseled Out And Replaced With A Silicone Base Sealant As Necessary. doors And Windows. The Contractor Shall Perform Minor Repairs On Doors And Windows Throughout The Station Facilities. Repairs Will Include But Are Not Limited To Lose, Damaged, Inoperable, Or Missing Hardware Such As Hinges, Striker Plates, Latches, Keepers, Window Mechanisms, Door Closures, Springs, Etc. Though Temporary Repair Work May Be Completed In Emergency Circumstances To Shield Security Doors And Windows, Routine And Longer-term Preventive Maintenance And Repair Of Hardened Security Doors And Windows Are Performed By The Embassy Regional Security Office And Is Not Part Of This Contract. painting. Painting Shall Include Complete Repainting Or Touch Up Painting On Both Interior And Exterior Surfaces To Match Existing Conditions And Is Considered An Integral Part Of Most Of The Work Pertaining To This Requirement. All Replacement Parts And Materials Will Be Provided By The Government As Government Furnished Material (gfm). All Painting, Whether Interior Or Exterior, Partial Or Complete, Shall Include All Work Necessary For A Finished Job Including Windows, Doors Frames, Trim, Molding, Closets, And Shelves. This Includes All Surface Preparation, Caulking, Required Spot Priming, Moving/protection Of Furniture In Occupied Areas, And Cleanup After The Job Is Complete. The Contractor Shall Perform Touch Up Painting To All Rusted Field Equipment, Tractors, Zero Turn Mowers, Skid Loader, And The Excavator. plastering. The Contractor Shall Provide Light Masonry Services Such As Plastering Of Old And New Surfaces Due To Alteration Or Modification, Laying Of Concrete Masonry Walls, Repair And Replacement Of Tiles, Fabrication Of Concrete Posts And Concrete Blocks, Repair Of Drainage Structures Such As Pipe Culvert Or Box Culvert, Road Protection Such As Repair Of Curbs, Retaining Walls And Stone Masonry Or Riprap. carpentry. The Contractor Shall Perform The Following Carpentry Related Services: Fabrication Of Boxes And Shipping Crates, Forms For Concrete Placement, Barricade Signs, Preparation And Installation Of Wall Partitions, Storage And Office Shelving, Kitchen Cabinets, Restroom Lavatories And Countertops, Fabrication And Installation Of Kitchen Countertops And Sinks, Wood Sanding/finishing Work In Preparation For Painting/varnishing Services, And Other Such Items Requiring Wood Working And Fabrication. Repair And Installation Of Damage Perimeter Post And Chain Link. asphalt Road Patch Maintenance Work. The Contractor Shall Perform Minor Asphalt Road Maintenance Work. crack Asphalt Surface And Pothole Shall Be Excavated To A Proper Depth. Excavation Shall Be Square Or Rectangular In Shape, Cut And Side Portion Straight. remove All Loose Dirt And Apply A Prime Coat Of Mc-70 Cutback. This Prime Coat Should Penetrate The Base About ¼”, Filling The Voids. The Primed Area Should Be Adequately Cured Before The Surface Course Is Laid And Should Be Barricaded To Prevent Traffic From Carrying Dust Or Mud Onto The Surface And After Priming. apply The Bitumen (85/100 Cutback) At Temperature Of 200-265f. The Quantity Of The Bitumen Required Is Based On The Average Particle Size Of The Cover Surface. The Aggregate Must Not Be Completely Submerged In The Bitumen. The Aggregate Must Be Spread Immediately After The Bitumen While The Bitumen Is Still Fluid. Since 85/100 Cutback Asphalt Cools To The Temperature Of The Surface To Which Is Applied In 1-1/2 Minutes, The Aggregate Must Be Placed Within 1 Minute. rolling Should Be Done Immediately After Sufficient Aggregate Is Spread To Prevent Pick-up Of The Bituminous Materials. Rolling Should Be Parallel To The Centerline Of The Roadway To Reduce The Number Of Times The Roller Must Change Direction. to Assure Complete Coverage, Succeeding Passes Should Overlap By One –half The Wheel Width Of The Roller. To Assure That The Aggregate Is Well Embedded In The Bitumen, Rolling Should Be Completed Before The Bitumen Hardens. To Maintain Surface Crown And To Prevent Feathering At The Edges, Succeeding Passes Should Be Made From The Low Side To The High Side Of The Surface. household Equipment & Appliances Maintenance: (all Equipment And Appliances Are Located In The Station Compound.) routine Maintenance. The Contractor Shall Provide Household Equipment And Appliances Maintenance Services, As Follows: maintenance And Repair Of Government Owned Household Equipment And Appliances, Including Free Standing Ranges, Refrigerators, Range Hoods, Dishwasher, Water Heaters. Smoke Detectors, Ceiling Fans, Electric Ranges, Freezer, Microwave Oven, Washing Machine, Clothes Dryer, Drinking Fountain, Water Dispenser, Air Curtain, Air Purifier And Shredder Machine. maintenance On All Types Of Fans Located In Offices And Shops. Services Shall Consist Of Replacing Defective Wirings, Plugs Etc. And Oiling Of Motors. movement And Handling Of All Appliances And Equipment, Including Movements Between The Appliance Pool, The Government’s Delivery Point And The Use Location. preventive Maintenance. The Contractor Shall Perform Preventive Maintenance On All Appliances And Household Equipment Held In The Appliance Pool To Keep Standby Appliances And Equipment In Ready Status To Be Installed To Replace Failed In-service Equipment. plumbing Maintenance Services. Plumbing Work Shall Include Maintenance And Repair Of All Plumbing Systems And Fixtures. There Are Approximately 95 Fixtures Located In Different Building Location In The Usagm’s Facilities. When Repaired, Plumbing Systems And Fixtures Shall Be Free Flowing, In Good And Safe Operating Condition, Free Of Leaks And Drips. Note That Work Orders Are Required To Track Plumbing Maintenance Activities. preventive Maintenance. The Contractor Shall Provide Plumbing Maintenance Services As Follows: Preventive Maintenance Is Regular, Planned Maintenance Scheduled According To Usage Or Time-based Triggers. the Contractor Shall Mop, Vacuum, Or Otherwise Remove Water Resulting From Overflowing Fixtures, Leaks, Clogged Drains Or Disposal, Etc. As Part Of The Repair. Walls, Ceilings, And Other Structures, Which Are Damaged By And/or Removed To Gain Access To Leaks, Clogs Or Other Defects Shall Be Restored By The Contractor To Original Condition. the Contractor Shall Assist Electrical Equipment Unit (eeu) Unit To Operate, Maintain And Repair Station Water Systems Including Servicing, Repair Or Replacement Of Bathroom Fixtures, Kitchen Fixtures, Water Hydrants, Water Distribution Lines, De-ionized Water Treatment Systems, Well Pumps, Pressure Control Systems, Sump Pumps, Float Switches, Potable Water, Water Treatment Facilities And Firefighting Equipment. The Contractor Shall Clean And Maintain Two 20,000-gallon Water Reservoir Tanks And A 3,000-gallon Hydro Pneumatic Tank. contractor Shall Assist The Eeu Unit To Operate, Clean, Maintain And Repair The Facilities Wastewater System, To Include Repair And/or Replacement Of Water Drains, Sewer Lines, Septic Tanks, Manholes, And Hand Holes. contractor Shall Assist The Eeu Unit To Operate, Repair And Maintain The Station Water Treatment Plant Including But Not Limited To The Chlorinating System Equipment, Water Softener, Brine Tank, Sand And Carbon Filters, Booster Pumps And Deep Well Pump Motors. the Contractor Shall Assist The Eeu Unit To Check And Clean Regularly All Station Eyewash/portable Eye Wash. Replace/refill With Potable Water Bi-monthly. monthly Task - Fire Hydrants Shall Be Tested To Ensure Proper Operation. annual Task Schedule – The Contractor Shall Assist Les Electrical Technicians With The Following Work: a) Manually Clean Two 20,000-gallons Capacity Water Reservoir Tanks, 3,000- Gallons Hydro-pneumatic Tank, And Station Septic Tank. This Includes Of Cleaning Of Water Filters (sand And Carbon Filters) And Auxiliary Equipment Such As Booster Pumps Motors, Motor Controls And Air Compressors. (saturday And Sunday Only). ​​​​​​​warehouse Support the Contractor Shall Provide General Warehouse Support Services For Two Warehouses (transmitter Plant And Facilities Plant). Both Provide Similar Services; However, The Facilities Warehouse Generally Handles A Higher Volume And Higher Weight Items. Work Performed Includes But Is Not Limited To Loading/unloading Of Large Shipments, Stock Placement And Removal From Warehouse Shelving/ Bins, Movement Of Office And Residential Furnishings Between The Warehouse And Various Onsite Buildings, Packing And Crating Services, And Supporting Other General Warehouse Functions (refer To Attachment 14) For Sample Of Daily/monthly/quarterly And Yearly Tasks). ​​​​​​​packing & Crating. the Contractor Shall Perform All Packing And Crating Functions For Shipment Of Sensitive Electronic Equipment, Furnishings, And Other Outgoing Property Shipments. Contractor Personnel Shall Be Familiar With The Use Of Crate Banding Devices And Must Be Capable Of Handling Tools- Of-the-trade (i.e. - Band Cutters, Hammers, Screw Drivers, Crowbars, J-bars, Etc.). ​​​​​​​loading/unloading Services. the Contractor Shall Perform All Loading And Unloading Of Shipping Containers, Delivery Vehicles, Flatbeds, Air Freight Vans, Shipping Crates, And Other Large Wooden Or Cardboard Boxes. The Contractor Shall Ensure All Personnel Providing Services Are Proficient With Using Hand Trucks And Pallet Jacks To Transport Heavy Crates, Boxes And Equipment. The Contractor Shall Ensure At Least One Person Is Qualified To Operate Forklifts 3-tons And Up, As Well As A 3-ton Truck Crane. ​​​​​​​inventory & Housekeeping. the Contractor Shall Assist Government Personnel Conducting Inventories, Warehouse Reorganizations, And Issuing/receiving Activities. The Contractor Shall Maintain The Orderliness Of Items Within The Warehouse, To Include Maintaining Orderly Shelves, Loose Property Bins, Clear Walkways, And Access To Fire Extinguishers And Fire Escapes. ​​​​​​​movement Of Government Property the Contractor Shall Facilitate Movement Of Materials And Equipment In Other Functional Areas Throughout The Station. Contractor Personnel Shall Periodically Accompany Station Drivers To Assist With Loading, Transport, And Unloading Of Government Property And Supplies To/from Off-site Locations. Off-site Locations Include, But Are Not Limited To, The U.s. Embassy Manila, Foreign Service Officer Residences, International Airports / Ports, And Other Regional Locations In Support Of Shipping, Procurement And Disposal Actions. ​​​​​​​switchboard Operation & Related Services the Contractor Shall Provide Switchboard Operator Services Throughout The Normal Working Day. Services Shall Include Answering Telephones, Re-routing Calls, Onsite Paging Of Government Employees, Placing Outgoing Calls, And Otherwise Operating The Station Centralized Telephone Switchboard Equipment. incoming Calls. The Contractor Shall Answer All Incoming Telephone Calls, Which Currently Number Approximately 150 Calls Per Day, Through The Centralized Telephone Switchboard Equipment. Calls Are Generally From The U.s. Embassy, Other U.s. Agencies, Other Usagm Transmitting Stations Overseas, Station Vendors, Washington Headquarters, And Other Entities Inside And Outside The Country. The Receptionist Shall Maintain A Log Of Incoming Calls That Includes The Following Information: name Of Caller. time Call Was Received. name Of Person/office Called outgoing Calls. The Contractor Shall Place Outgoing Calls, Which Currently Number Approximately 50 Per Day, For Usagm Personnel. Calls Are To Both Local And International Destinations. The Receptionist Shall Maintain A Log Of Outgoing Calls That Includes The Following Information: name Of Caller. time Call Was Received. name Of Person/office Called. telephone Line Used. telephone Number Dialed. type Of Call: Personal Or Official ​​​​​​​telephonic Bomb Threat. In The Event The Receptionist Receives A Bomb Threat Over The Telephone, He/she Shall Be Prepared To Follow The Attached Telephonic Bomb Threat Form. Refer To Attachment 15. system Faults. Faulty Telephone Lines, Equipment Malfunctions, Or System Irregularities Shall Be Reported To The Cor Immediately. ​​​​​​​maintenance & Repair Of Government Owned Vehicles (govs), Heavy Equipment, Utility Vehicles (utvs), And Gasoline/diesel Powered Tools. the Contractor Shall Provide Scheduled Maintenance And Routine Repair Services For Government Vehicles, Heavy Equipment And Gasoline Powered Tools And Equipment. The Station Vehicle Fleet Consists Of A Wide Variety Of Vehicles From Sport Utility Vehicles (suvs), Light And Medium Pickup Trucks, Passenger Vans And Heavy Cargo Vehicles, And Fire Fighting Vehicles. Serviced Equipment Includes Tractors, Forklifts, Utility Vehicles (utvs), Lawn Mowers, And Smaller Fuel Powered Tools And Equipment. The Government Shall Provide All Tools And Materials For Work Performed In This Section. See Attachment 23 For A List Of Government Owned Vehicles. ​​​​​​​vehicle Maintenance & Repair. The Contractor Shall Initiate Troubleshooting For Station Vehicles And Provide A Detailed Diagnosis Of Problems Found. The Report Shall Include A List Of Parts And Procedures Needed To Repair The Vehicle. Only Routine Repairs Such As Replacing/changing Belts, Filters, Batteries, Lights/lamps, Pumps, Spark Plugs, Alternators, Brake Pads, Tires, Oils And Fluids Will Be Performed Under This Contract. The Station Shall Utilize Commercial Service Centers For More Extensive Repair Jobs That Require Specialized Tools And Equipment Not Included In The Gfm/gfe. preventive Maintenance. The Contractor Shall Perform Scheduled Maintenance On All Govs (attachment 23), As Well As All Heavy Equipment, Utility Vehicles (utvs), And Gasoline/diesel Powered Tools, Provided As Government Furnished Equipment (gfe) (attachment 1) And Record All Maintenance Performed Utilizing Attachments 17 And 18, Respectively. For Those Preventive Maintenance Tasks That Are Done At Off-site Locations, The Contractor Shall Assist The Cor. Motor Pool Supervisor, And Warehouse Supervisor With Record Keeping And Scheduling Of Preventive Maintenance As Required. vehicle Cleaning. The Contractor Shall Provide Routine And Detailed Cleaning (included Under The Carriage) For Govs On A Bi- Weekly Basis, But More Frequently If Required. Refer To Attachment 19 For Vehicle Cleaning Instructions. equipment Cleaning. The Contractor Shall Clean/wash Heavy Equipment And Gasoline/diesel Powered Tools After Each Daily Use. Utv's Shall Be Thoroughly Washed And Cleaned Weekly, But More Frequently If Required. roadside Assistance. The Contractor Shall Provide Roadside Assistance For Gov Breakdowns In The Greater Tarlac Region (within 1.5-hour's Drive From The Station). ​​​​​​​temporary Additional Maintenance Services temporary Additional Services Are Defined As Maintenance Services Described Under 2.0 Through 2.7.5 Standard Services But Are Required At Times Outside Of The Normal Workday As Well Emergency Services That May Occur And Be Required At Any Time. These Services Shall Support System Failures, Special Events, Or Emergencies At The Station. The Contractor Shall Provide These Services In Addition To Services Specified In Paragraphs 2.0 Through 2.7.5 Of This Contract. The Cor Shall Order These Services As Needed. This Work Shall Be Performed By Trained Personnel Of The Contractor And Shall Not Be Subcontracted. The Cor May Require The Contractor To Provide Temporary Additional Services With 24-hour Advance Notice. These Personnel Cannot Be The Same Personnel Performing Standard Services, Unless Work Is Performed During Weekends. assignments As Directed. In Addition To Scheduled Maintenance, The Contractor Will Be Called Outside Of The Normal Workday As Required By Varying Weather And Environmental Conditions Throughout The Year To Provide Direct Support To The Station's Electrical Unit. These Jobs Include, But Are Not Limited To, The Following: cleaning Of Electrical Manholes And Hand Holes. cleaning Of Generator Cooling Towers, Cooling Radiators, Air Filters, And Air Compressors. cleaning Of Substation Equipment And Distribution Switchgears During Annual Preventive Maintenance. assist With The Installation Of Electrical Provisions And Relocation Of Electrical Equipment During Building Renovations And Building Construction. perform Periodic Cleaning Of Electrical Equipment And Auxiliaries. perform Periodic Painting Of Electrical Equipment. ​​​​​​​emergency Maintenance Services emergency Services Are Defined As Maintenance Services That May Occur And Be Required At Any Time. These Services Shall Support System Failures, Special Events, Or Emergencies At The Station. While The Contractor Is Expected To Service Multiple Requirements Simultaneously, The Contractor Shall Be Prepared To Provide Services On A More Frequent Or Urgent Basis Following Heavy Storms/ Typhoons. While It Is Typical For Two Or More Of Such Activities To Be Ongoing (simultaneously), The Typical Pattern Is To Complete Temporary Or Patchwork Repairs Of Perimeter And Antenna Roads During The Rainy Season Followed By Long Term Or More Permanent Repairs During The Dry Season. The Contractor Shall Provide These Services In Addition To Services Specified In Paragraphs 2.0 Through 2.8 Of This Contract. The Cor Shall Order These Services As Needed. This Work Shall Be Performed By Trained Personnel Of The Contractor. The Cor May Require The Contractor To Provide Temporary Additional Services With 24-hour Advance Notice. These Personnel Cannot Be The Same Personnel Performing Standard Services, Unless The Emergency Work Is Performed During Weekends. assignments As Directed. In Addition To Scheduled Maintenance, The Contractor Will Be Called Outside Of The Normal Workday As Required By Varying Weather And Environmental Conditions Throughout The Year To Provide Direct Support To The Station's Electrical Unit. These Jobs Include, But Are Not Limited To, The Following: cleaning Of Electrical Manholes And Hand Holes. cleaning Of Generator Cooling Towers, Cooling Radiators, Air Filters, And Air Compressors. cleaning Of Substation Equipment And Distribution Switchgears During Annual Preventive Maintenance. assist With The Installation Of Electrical Provisions And Relocation Of Electrical Equipment During Building Renovations And Building Construction. perform Periodic Cleaning Of Electrical Equipment And Auxiliaries. perform Periodic Painting Of Electrical Equipment. section Iii- Special Requirements management And Supervision supervision. The Contractor Shall Designate A Project Manager Who Shall Always Be Responsible For On-site Supervision Of The Contractor’s Workforce. This Project Manager Shall Be The Focal Point For The Contractor And Shall Be The Primary Point Of Contact With U.s. Government Personnel. The Project Manager Shall Have Sufficient English Language Skills To Be Able To Communicate With Members Of The U.s. Government Staff. work Orders. The Contract Requires That All Maintenance And Repair Services, Whether Completed As A Standard Service, Temporary Additional Service, Or Emergency Maintenance Service Are Documented On A Work Order (see Attachment 3). scheduled Services. For Scheduled Services, "work Orders" Refer To Established Preventive Maintenance Procedures. The Contractor Shall Perform Preventive Maintenance As Described In This Contract And Submit A Weekly Preventive Maintenance Report To The Cor. This Report Shall Document Completed Procedures As Well As Any Items Incomplete Or Deferred, Providing Explanations Or Justifications For Any Uncompleted Work And Proposing A Schedule To Address These Items. normal Work Schedules. The Contractor Shall Maintain Work Schedules For Their Employees. All Work Shall Be Performed From Monday Through Friday, Between The Hours Of 8:00 Am And 4:30 Pm, Except For The U.s. Embassy Manila Approved American And Philippine Holidays. Other Hours May Be Approved By The Cor. The Contractor Must Provide At Least 24-hour Advance Notice To The Cor Who Will Consider Any Deviation From The Hours Identified Above. ​​​​​​​potential Offerors Should Carefully Review The Attached Request For Proposals And Price Table Before Responding To This Synopsis/solicitation.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date1 Apr 2025
Tender AmountPHP 289.5 Million (USD 5 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 Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Multi-purpose Building (government Center), Biñan City, Laguna Contract Id No. : 25d00198 Contract Location : Laguna Province Scope Of Works : Structural - All Concrete Foundation Works For Wall, Ramp, And Stair Footings - All Concrete Column At All Remaining Levels (2nd – Rd) - All Concrete Beams At All Remaining Levels (3rd – Rd) - All Remaining External Slab – On – Grade - All Remaining Suspended Slabs (3rd – Rd) - All Remaining Concrete Stairs (main And Fire Exit) - All Roof Works (rafters, Purlins, Sagrods) Architectural - Cement Floor Finish For All Levels - All Tile Work Finishes For All Levels - All External And Internal Chb Walls W/ Plaster And Paint On Both Sides For All Levels - All Glass And Louver Walls (plastered And Painted) For All Levels - All Ceiling Works (ficem With Paint) For All Levels - All Waterproofing Works At All Levels - Concrete Pavers For Site Development - All Required Railings For All Levels - All Carpentry And Joinery Work For All Levels - All Roofing Works (sheets, Flashings, Gutters, And Ridge/hiprolls) - Reflective Insulation - All Doors And Windows On All Levels Plumbing - All Plumbing Fixtures On All Levels - All Waterline Works On All Levels - All Water Tanks And Pumps - All Sewer Line Works - All Storm Drainage Works Electrical - All Electrical Wiring Works On All Levels - All Conduit, Boxes, And Fittings On All Levels - All Wiring Devices On All Levels - All Lighting Fixtures On All Levels - All Panel Boards With Main And Branch Breakers On All Levels Mechanical - All Air-conditioning On All Levels - All Ventilating Works On All Levels Fire Protection - Automatic Fire Sprinkler System (afss) On All Levels - All Fire Hose Cabinet Assembly On All Levels - All Fire Extinguishers On All Levels Electronic Communications - All Fire Alarm Systems On All Levels Approved Budget For The Contract : ₱198,000,000.00 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 2. 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 Alaminos-san Pablo City Bypass Road (alaminos Section), Laguna Contract Id No. : 25d00200 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay 4 Lanes 2 Layers With Reblocking. Removal And Replacement Of Existing Expansion Joint For Bridge 1 And Bridge 2. Application Of Carbon Fiber Sheets And Carbon Fiber Plate On Bridge 1 Girders. Application Of Waterproofing And Asphalt Pavement For The Whole Carriageway Of The Bridge And Approach Slabs For Bridge 1 And Bridge 2. Application Of Thermoplastic Pavement Markings For Bridge 1 And Bridge 2. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay = 3950.00 Lm, 15.8 Lane Km; Repair = 2 Bridges 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 3. 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 Sariaya Bypass Rd – K0118 + (-110) - K0121 + 645 Contract Id No. : 25d00219 (re-advertisement) Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Asset Preservation Program Preventive Maintenance - Tertiary Roads Cavinti-caliraya Rd – K0100 + 544 - K0103 + 000, K0105 + 434 - K0106 + 000 Contract Id No. : 25d00232 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 7.146 Lane Kilometer Road (2 And 4 Lanes) With 23,987 Sq. M. Of Asphalt Overlay; Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay - 7.1460 Ln. Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B 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 - Secondary Roads Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port) - K0137+(-700) - K0137+(-483), K0137+(-458) - K0139+703 Contract Id No. : 25d00237 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links / New Roads General Aguinaldo - Magallanes - Nasugbu Road (east - West Road), Nasugbu Section, Package 3, Batangas Contract Id No. : 25d00248 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Course Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Removal Of 0.28m Thk. Pccp And Reinforced Concrete Lined Canal, Installation Of Metal Guardrails, Reflectorized Pavement Markings, Active Protection System And Gabions Catchwall, And Construction Of Open Lined Canal, Grouted Riprap Slope Protection And Stone Masonry Retaining Wall. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,569.26 Sq.m (slope Protection); 2.103 Lane Km (concrete Road); 5,110.56 L.m. (drainage) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 7. 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 Star Tollway - Pinamucan Bypass Road, Package 1, Batangas Contract Id No. : 25d00250 Contract Location : Batangas Province Scope Of Works : Asphalt Overlay 50mm Thick For Each Layer With Concrete Reblocking Of 0.28m Thick Pccp. Construction Of Concrete Lined Ditch With Metal Guard Rails. Installation Of Solar Street Lights. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 2.195 Km 8.78 Lane-km; Drainage: 4390 L.m.; 220 Streetlights Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basin And Principal Rivers Construction Of Flood Control Structure Along Agos River, Package Z, General Nakar, Quezon Contract Id No. : 25d00256 Contract Location : Quezon Province Scope Of Works : Construction Of 192 L.m. Dike Segmented Every 50m. With 0.20m Thk Reinforced Concrete Revetment And 0.60m Thk Rubble Concrete With 5.00m Crest Width. And Construction Of 4.00m Width Reinforced Pccp ( 0.28m Thk) With Subbase Of 0.25m Thk. Supported By 1.70m X 0.70m Pile Cap With 12.00m And 6.00m Type Ii Steel Sheet Pile At Front And Back Of Pile Cap Respectively. For Every 50m In Length Of The Project There Is A Construction Of End Section Consist Of 0.20m Thk. Reinforced Concrete With 0.70m X 0.70m Pile Cap With 6.0m Type Ii Steel Sheet Pile. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Flood Mitigation Structure (192 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 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 Sariaya Bypass Rd – K0121 + 645 - K0125 + 400 Contract Id No. : 25d00262 Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Bypass Road, Quezon – K0125+(-064) - K0125+734, K0125+750 - K0126+343, K012+363 - K0127+126 Contract Id No. : 25d00271 Contract Location : Quezon Province Scope Of Works : Concrete Reblocking Using 0.28 M Thick Pccp (unreinforced), Asphalt Overlay Using Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk) And Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Concrete Curb And Gutter, Sidewalk, Installation Of Concrete Clay, Plastic And Fiber Pipe And Installation Of Solar Led Roadway Lighting. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay = 2,154.00 L.m. (8.616 Lane Km); Reblocking = 1,348.00 L.m. (5.390 Lane Km); Drainage = 1,348.00 L.m. (2,696.00 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 11. 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 Road Lucban Diversion Rd, Quezon Contract Id No. : 25d00272 Contract Location : Quezon Province Scope Of Works : Proposed Installation Of Active Slope Protection On Left Side With Upgrading Of Drainage System Using Riding Surface Reinforced Concrete Closed-line Canal And Improvement Of Slope Protection Using Stone Masonry On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Slope Protection (area): 9,278.13 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 12. 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 Road Tayabas Bypass Road, Package 1, Quezon Contract Id No. : 25d00273 Contract Location : Quezon Province Scope Of Works : The Scope Of The Project Includes 4-lane Asphalt Overlay Using Conventional Asphalt With Upgrading Of Drainage System Using Hdpe Pipe And Installation Of Road Safety Device Such As 130w Solar Led Streetlights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay: 1,859 L.m. (7.436 Lane Km); Solar Street Lights : 195 Units: Drainage: 2,970 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 13. 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 Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port), K0139+703 - K0141+657, K0141+696 - K0143+120 Contract Id No. : 25d00274 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 14. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads General Aguinaldo - Magallanes - Nasugbu Road (east-west Road), Nasugbu Section, Package 1, Batangas Contract Id No. : 25d00275 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Construction Of Open Lined Canal, Installation Of Metal Guardrails, Road Signs, Reflectorized Thermoplastic Pavement Markings, Active Protection System And Mechanically-stabilized Earth (mse) Retaining Wall, And Removal Of 0.28m Thk. Portland Cement Concrete Pavement And Concrete Structures. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,343.91 Sq.m. (slope Protection); 1.7800 Lane Km (concrete Road) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 15. 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 Star Tollway Pinamucan Bypass Road, Package 2, Batangas Contract Id No. : 25d00276 Contract Location : Batangas Province Scope Of Works : Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, And Lined Canal On Both Sides. Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, Lined Canal And Construction Of Gabion-faced Mse Wall On Fill Section On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Road Widening: 4.90 Lane Km; Construction Of Road Slope Protection Structure: 10,160.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 16. 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 Tayabas Bypass Road, Package 2, Quezon Contract Id No. : 25d00277 Contract Location : Quezon Province Scope Of Works : Installation Of 1000-mm Diameter High-density Polyethylene Pipe For Drainage Along Road And 130-w Led Single Arm Roadway Lighting. Approved Budget For The Contract : ₱289,500,000.00 Net Length : 5,474.00 L.m. (drainage); 218 Units (streetlights) 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 March 11, 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 March 18, 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 April 01, 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 April 01, 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: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph 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. March 10, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date22 May 2025
Tender AmountPHP 289.5 Million (USD 5.1 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 Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Multi-purpose Building (government Center), Biñan City, Laguna Contract Id No. : 25d00198 Contract Location : Laguna Province Scope Of Works : Structural - All Concrete Foundation Works For Wall, Ramp, And Stair Footings - All Concrete Column At All Remaining Levels (2nd – Rd) - All Concrete Beams At All Remaining Levels (3rd – Rd) - All Remaining External Slab – On – Grade - All Remaining Suspended Slabs (3rd – Rd) - All Remaining Concrete Stairs (main And Fire Exit) - All Roof Works (rafters, Purlins, Sagrods) Architectural - Cement Floor Finish For All Levels - All Tile Work Finishes For All Levels - All External And Internal Chb Walls W/ Plaster And Paint On Both Sides For All Levels - All Glass And Louver Walls (plastered And Painted) For All Levels - All Ceiling Works (ficem With Paint) For All Levels - All Waterproofing Works At All Levels - Concrete Pavers For Site Development - All Required Railings For All Levels - All Carpentry And Joinery Work For All Levels - All Roofing Works (sheets, Flashings, Gutters, And Ridge/hiprolls) - Reflective Insulation - All Doors And Windows On All Levels Plumbing - All Plumbing Fixtures On All Levels - All Waterline Works On All Levels - All Water Tanks And Pumps - All Sewer Line Works - All Storm Drainage Works Electrical - All Electrical Wiring Works On All Levels - All Conduit, Boxes, And Fittings On All Levels - All Wiring Devices On All Levels - All Lighting Fixtures On All Levels - All Panel Boards With Main And Branch Breakers On All Levels Mechanical - All Air-conditioning On All Levels - All Ventilating Works On All Levels Fire Protection - Automatic Fire Sprinkler System (afss) On All Levels - All Fire Hose Cabinet Assembly On All Levels - All Fire Extinguishers On All Levels Electronic Communications - All Fire Alarm Systems On All Levels Approved Budget For The Contract : ₱198,000,000.00 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 2. 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 Alaminos-san Pablo City Bypass Road (alaminos Section), Laguna Contract Id No. : 25d00200 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay 4 Lanes 2 Layers With Reblocking. Removal And Replacement Of Existing Expansion Joint For Bridge 1 And Bridge 2. Application Of Carbon Fiber Sheets And Carbon Fiber Plate On Bridge 1 Girders. Application Of Waterproofing And Asphalt Pavement For The Whole Carriageway Of The Bridge And Approach Slabs For Bridge 1 And Bridge 2. Application Of Thermoplastic Pavement Markings For Bridge 1 And Bridge 2. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay = 3950.00 Lm, 15.8 Lane Km; Repair = 2 Bridges 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 3. 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 Sariaya Bypass Rd – K0118 + (-110) - K0121 + 645 Contract Id No. : 25d00219 (re-advertisement) Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Asset Preservation Program Preventive Maintenance - Tertiary Roads Cavinti-caliraya Rd – K0100 + 544 - K0103 + 000, K0105 + 434 - K0106 + 000 Contract Id No. : 25d00232 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 7.146 Lane Kilometer Road (2 And 4 Lanes) With 23,987 Sq. M. Of Asphalt Overlay; Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay - 7.1460 Ln. Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B 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 - Secondary Roads Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port) - K0137+(-700) - K0137+(-483), K0137+(-458) - K0139+703 Contract Id No. : 25d00237 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links / New Roads General Aguinaldo - Magallanes - Nasugbu Road (east - West Road), Nasugbu Section, Package 3, Batangas Contract Id No. : 25d00248 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Course Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Removal Of 0.28m Thk. Pccp And Reinforced Concrete Lined Canal, Installation Of Metal Guardrails, Reflectorized Pavement Markings, Active Protection System And Gabions Catchwall, And Construction Of Open Lined Canal, Grouted Riprap Slope Protection And Stone Masonry Retaining Wall. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,569.26 Sq.m (slope Protection); 2.103 Lane Km (concrete Road); 5,110.56 L.m. (drainage) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 7. 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 Star Tollway - Pinamucan Bypass Road, Package 1, Batangas Contract Id No. : 25d00250 Contract Location : Batangas Province Scope Of Works : Asphalt Overlay 50mm Thick For Each Layer With Concrete Reblocking Of 0.28m Thick Pccp. Construction Of Concrete Lined Ditch With Metal Guard Rails. Installation Of Solar Street Lights. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 2.195 Km 8.78 Lane-km; Drainage: 4390 L.m.; 220 Streetlights Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basin And Principal Rivers Construction Of Flood Control Structure Along Agos River, Package Z, General Nakar, Quezon Contract Id No. : 25d00256 Contract Location : Quezon Province Scope Of Works : Construction Of 192 L.m. Dike Segmented Every 50m. With 0.20m Thk Reinforced Concrete Revetment And 0.60m Thk Rubble Concrete With 5.00m Crest Width. And Construction Of 4.00m Width Reinforced Pccp ( 0.28m Thk) With Subbase Of 0.25m Thk. Supported By 1.70m X 0.70m Pile Cap With 12.00m And 6.00m Type Ii Steel Sheet Pile At Front And Back Of Pile Cap Respectively. For Every 50m In Length Of The Project There Is A Construction Of End Section Consist Of 0.20m Thk. Reinforced Concrete With 0.70m X 0.70m Pile Cap With 6.0m Type Ii Steel Sheet Pile. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Flood Mitigation Structure (192 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 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 Sariaya Bypass Rd – K0121 + 645 - K0125 + 400 Contract Id No. : 25d00262 Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Bypass Road, Quezon – K0125+(-064) - K0125+734, K0125+750 - K0126+343, K012+363 - K0127+126 Contract Id No. : 25d00271 Contract Location : Quezon Province Scope Of Works : Concrete Reblocking Using 0.28 M Thick Pccp (unreinforced), Asphalt Overlay Using Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk) And Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Concrete Curb And Gutter, Sidewalk, Installation Of Concrete Clay, Plastic And Fiber Pipe And Installation Of Solar Led Roadway Lighting. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay = 2,154.00 L.m. (8.616 Lane Km); Reblocking = 1,348.00 L.m. (5.390 Lane Km); Drainage = 1,348.00 L.m. (2,696.00 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 11. 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 Road Lucban Diversion Rd, Quezon Contract Id No. : 25d00272 Contract Location : Quezon Province Scope Of Works : Proposed Installation Of Active Slope Protection On Left Side With Upgrading Of Drainage System Using Riding Surface Reinforced Concrete Closed-line Canal And Improvement Of Slope Protection Using Stone Masonry On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Slope Protection (area): 9,278.13 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 12. 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 Road Tayabas Bypass Road, Package 1, Quezon Contract Id No. : 25d00273 Contract Location : Quezon Province Scope Of Works : The Scope Of The Project Includes 4-lane Asphalt Overlay Using Conventional Asphalt With Upgrading Of Drainage System Using Hdpe Pipe And Installation Of Road Safety Device Such As 130w Solar Led Streetlights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay: 1,859 L.m. (7.436 Lane Km); Solar Street Lights : 195 Units: Drainage: 2,970 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 13. 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 Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port), K0139+703 - K0141+657, K0141+696 - K0143+120 Contract Id No. : 25d00274 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 14. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads General Aguinaldo - Magallanes - Nasugbu Road (east-west Road), Nasugbu Section, Package 1, Batangas Contract Id No. : 25d00275 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Construction Of Open Lined Canal, Installation Of Metal Guardrails, Road Signs, Reflectorized Thermoplastic Pavement Markings, Active Protection System And Mechanically-stabilized Earth (mse) Retaining Wall, And Removal Of 0.28m Thk. Portland Cement Concrete Pavement And Concrete Structures. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,343.91 Sq.m. (slope Protection); 1.7800 Lane Km (concrete Road) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 15. 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 Star Tollway Pinamucan Bypass Road, Package 2, Batangas Contract Id No. : 25d00276 Contract Location : Batangas Province Scope Of Works : Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, And Lined Canal On Both Sides. Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, Lined Canal And Construction Of Gabion-faced Mse Wall On Fill Section On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Road Widening: 4.90 Lane Km; Construction Of Road Slope Protection Structure: 10,160.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 16. 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 Tayabas Bypass Road, Package 2, Quezon Contract Id No. : 25d00277 Contract Location : Quezon Province Scope Of Works : Installation Of 1000-mm Diameter High-density Polyethylene Pipe For Drainage Along Road And 130-w Led Single Arm Roadway Lighting. Approved Budget For The Contract : ₱289,500,000.00 Net Length : 5,474.00 L.m. (drainage); 218 Units (streetlights) 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 March 11, 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 March 18, 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 April 01, 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 April 01, 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: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph 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. March 10, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date2 Apr 2025
Tender AmountPHP 337.7 Million (USD 5.8 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 Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Multi-purpose Building (government Center), Biñan City, Laguna Contract Id No. : 25d00198 Contract Location : Laguna Province Scope Of Works : Structural - All Concrete Foundation Works For Wall, Ramp, And Stair Footings - All Concrete Column At All Remaining Levels (2nd – Rd) - All Concrete Beams At All Remaining Levels (3rd – Rd) - All Remaining External Slab – On – Grade - All Remaining Suspended Slabs (3rd – Rd) - All Remaining Concrete Stairs (main And Fire Exit) - All Roof Works (rafters, Purlins, Sagrods) Architectural - Cement Floor Finish For All Levels - All Tile Work Finishes For All Levels - All External And Internal Chb Walls W/ Plaster And Paint On Both Sides For All Levels - All Glass And Louver Walls (plastered And Painted) For All Levels - All Ceiling Works (ficem With Paint) For All Levels - All Waterproofing Works At All Levels - Concrete Pavers For Site Development - All Required Railings For All Levels - All Carpentry And Joinery Work For All Levels - All Roofing Works (sheets, Flashings, Gutters, And Ridge/hiprolls) - Reflective Insulation - All Doors And Windows On All Levels Plumbing - All Plumbing Fixtures On All Levels - All Waterline Works On All Levels - All Water Tanks And Pumps - All Sewer Line Works - All Storm Drainage Works Electrical - All Electrical Wiring Works On All Levels - All Conduit, Boxes, And Fittings On All Levels - All Wiring Devices On All Levels - All Lighting Fixtures On All Levels - All Panel Boards With Main And Branch Breakers On All Levels Mechanical - All Air-conditioning On All Levels - All Ventilating Works On All Levels Fire Protection - Automatic Fire Sprinkler System (afss) On All Levels - All Fire Hose Cabinet Assembly On All Levels - All Fire Extinguishers On All Levels Electronic Communications - All Fire Alarm Systems On All Levels Approved Budget For The Contract : ₱198,000,000.00 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 2. 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 Alaminos-san Pablo City Bypass Road (alaminos Section), Laguna Contract Id No. : 25d00200 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay 4 Lanes 2 Layers With Reblocking. Removal And Replacement Of Existing Expansion Joint For Bridge 1 And Bridge 2. Application Of Carbon Fiber Sheets And Carbon Fiber Plate On Bridge 1 Girders. Application Of Waterproofing And Asphalt Pavement For The Whole Carriageway Of The Bridge And Approach Slabs For Bridge 1 And Bridge 2. Application Of Thermoplastic Pavement Markings For Bridge 1 And Bridge 2. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay = 3950.00 Lm, 15.8 Lane Km; Repair = 2 Bridges 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 3. 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 Sariaya Bypass Rd – K0118 + (-110) - K0121 + 645 Contract Id No. : 25d00219 (re-advertisement) Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Asset Preservation Program Preventive Maintenance - Tertiary Roads Cavinti-caliraya Rd – K0100 + 544 - K0103 + 000, K0105 + 434 - K0106 + 000 Contract Id No. : 25d00232 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 7.146 Lane Kilometer Road (2 And 4 Lanes) With 23,987 Sq. M. Of Asphalt Overlay; Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay - 7.1460 Ln. Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B 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 - Secondary Roads Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port) - K0137+(-700) - K0137+(-483), K0137+(-458) - K0139+703 Contract Id No. : 25d00237 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links / New Roads General Aguinaldo - Magallanes - Nasugbu Road (east - West Road), Nasugbu Section, Package 3, Batangas Contract Id No. : 25d00248 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Course Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Removal Of 0.28m Thk. Pccp And Reinforced Concrete Lined Canal, Installation Of Metal Guardrails, Reflectorized Pavement Markings, Active Protection System And Gabions Catchwall, And Construction Of Open Lined Canal, Grouted Riprap Slope Protection And Stone Masonry Retaining Wall. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,569.26 Sq.m (slope Protection); 2.103 Lane Km (concrete Road); 5,110.56 L.m. (drainage) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 7. 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 Star Tollway - Pinamucan Bypass Road, Package 1, Batangas Contract Id No. : 25d00250 Contract Location : Batangas Province Scope Of Works : Asphalt Overlay 50mm Thick For Each Layer With Concrete Reblocking Of 0.28m Thick Pccp. Construction Of Concrete Lined Ditch With Metal Guard Rails. Installation Of Solar Street Lights. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 2.195 Km 8.78 Lane-km; Drainage: 4390 L.m.; 220 Streetlights Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basin And Principal Rivers Construction Of Flood Control Structure Along Agos River, Package Z, General Nakar, Quezon Contract Id No. : 25d00256 Contract Location : Quezon Province Scope Of Works : Construction Of 192 L.m. Dike Segmented Every 50m. With 0.20m Thk Reinforced Concrete Revetment And 0.60m Thk Rubble Concrete With 5.00m Crest Width. And Construction Of 4.00m Width Reinforced Pccp ( 0.28m Thk) With Subbase Of 0.25m Thk. Supported By 1.70m X 0.70m Pile Cap With 12.00m And 6.00m Type Ii Steel Sheet Pile At Front And Back Of Pile Cap Respectively. For Every 50m In Length Of The Project There Is A Construction Of End Section Consist Of 0.20m Thk. Reinforced Concrete With 0.70m X 0.70m Pile Cap With 6.0m Type Ii Steel Sheet Pile. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Flood Mitigation Structure (192 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 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 Sariaya Bypass Rd – K0121 + 645 - K0125 + 400 Contract Id No. : 25d00262 Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Bypass Road, Quezon – K0125+(-064) - K0125+734, K0125+750 - K0126+343, K012+363 - K0127+126 Contract Id No. : 25d00271 Contract Location : Quezon Province Scope Of Works : Concrete Reblocking Using 0.28 M Thick Pccp (unreinforced), Asphalt Overlay Using Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk) And Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Concrete Curb And Gutter, Sidewalk, Installation Of Concrete Clay, Plastic And Fiber Pipe And Installation Of Solar Led Roadway Lighting. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay = 2,154.00 L.m. (8.616 Lane Km); Reblocking = 1,348.00 L.m. (5.390 Lane Km); Drainage = 1,348.00 L.m. (2,696.00 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 11. 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 Road Lucban Diversion Rd, Quezon Contract Id No. : 25d00272 Contract Location : Quezon Province Scope Of Works : Proposed Installation Of Active Slope Protection On Left Side With Upgrading Of Drainage System Using Riding Surface Reinforced Concrete Closed-line Canal And Improvement Of Slope Protection Using Stone Masonry On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Slope Protection (area): 9,278.13 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 12. 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 Road Tayabas Bypass Road, Package 1, Quezon Contract Id No. : 25d00273 Contract Location : Quezon Province Scope Of Works : The Scope Of The Project Includes 4-lane Asphalt Overlay Using Conventional Asphalt With Upgrading Of Drainage System Using Hdpe Pipe And Installation Of Road Safety Device Such As 130w Solar Led Streetlights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay: 1,859 L.m. (7.436 Lane Km); Solar Street Lights : 195 Units: Drainage: 2,970 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 13. 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 Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port), K0139+703 - K0141+657, K0141+696 - K0143+120 Contract Id No. : 25d00274 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 14. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads General Aguinaldo - Magallanes - Nasugbu Road (east-west Road), Nasugbu Section, Package 1, Batangas Contract Id No. : 25d00275 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Construction Of Open Lined Canal, Installation Of Metal Guardrails, Road Signs, Reflectorized Thermoplastic Pavement Markings, Active Protection System And Mechanically-stabilized Earth (mse) Retaining Wall, And Removal Of 0.28m Thk. Portland Cement Concrete Pavement And Concrete Structures. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,343.91 Sq.m. (slope Protection); 1.7800 Lane Km (concrete Road) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 15. 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 Star Tollway Pinamucan Bypass Road, Package 2, Batangas Contract Id No. : 25d00276 Contract Location : Batangas Province Scope Of Works : Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, And Lined Canal On Both Sides. Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, Lined Canal And Construction Of Gabion-faced Mse Wall On Fill Section On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Road Widening: 4.90 Lane Km; Construction Of Road Slope Protection Structure: 10,160.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 16. 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 Tayabas Bypass Road, Package 2, Quezon Contract Id No. : 25d00277 Contract Location : Quezon Province Scope Of Works : Installation Of 1000-mm Diameter High-density Polyethylene Pipe For Drainage Along Road And 130-w Led Single Arm Roadway Lighting. Approved Budget For The Contract : ₱289,500,000.00 Net Length : 5,474.00 L.m. (drainage); 218 Units (streetlights) 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 March 11, 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 March 18, 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 April 01, 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 April 01, 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: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph 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. March 10, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date2 Apr 2025
Tender AmountPHP 337.7 Million (USD 5.8 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 Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Multi-purpose Building (government Center), Biñan City, Laguna Contract Id No. : 25d00198 Contract Location : Laguna Province Scope Of Works : Structural - All Concrete Foundation Works For Wall, Ramp, And Stair Footings - All Concrete Column At All Remaining Levels (2nd – Rd) - All Concrete Beams At All Remaining Levels (3rd – Rd) - All Remaining External Slab – On – Grade - All Remaining Suspended Slabs (3rd – Rd) - All Remaining Concrete Stairs (main And Fire Exit) - All Roof Works (rafters, Purlins, Sagrods) Architectural - Cement Floor Finish For All Levels - All Tile Work Finishes For All Levels - All External And Internal Chb Walls W/ Plaster And Paint On Both Sides For All Levels - All Glass And Louver Walls (plastered And Painted) For All Levels - All Ceiling Works (ficem With Paint) For All Levels - All Waterproofing Works At All Levels - Concrete Pavers For Site Development - All Required Railings For All Levels - All Carpentry And Joinery Work For All Levels - All Roofing Works (sheets, Flashings, Gutters, And Ridge/hiprolls) - Reflective Insulation - All Doors And Windows On All Levels Plumbing - All Plumbing Fixtures On All Levels - All Waterline Works On All Levels - All Water Tanks And Pumps - All Sewer Line Works - All Storm Drainage Works Electrical - All Electrical Wiring Works On All Levels - All Conduit, Boxes, And Fittings On All Levels - All Wiring Devices On All Levels - All Lighting Fixtures On All Levels - All Panel Boards With Main And Branch Breakers On All Levels Mechanical - All Air-conditioning On All Levels - All Ventilating Works On All Levels Fire Protection - Automatic Fire Sprinkler System (afss) On All Levels - All Fire Hose Cabinet Assembly On All Levels - All Fire Extinguishers On All Levels Electronic Communications - All Fire Alarm Systems On All Levels Approved Budget For The Contract : ₱198,000,000.00 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 2. 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 Alaminos-san Pablo City Bypass Road (alaminos Section), Laguna Contract Id No. : 25d00200 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay 4 Lanes 2 Layers With Reblocking. Removal And Replacement Of Existing Expansion Joint For Bridge 1 And Bridge 2. Application Of Carbon Fiber Sheets And Carbon Fiber Plate On Bridge 1 Girders. Application Of Waterproofing And Asphalt Pavement For The Whole Carriageway Of The Bridge And Approach Slabs For Bridge 1 And Bridge 2. Application Of Thermoplastic Pavement Markings For Bridge 1 And Bridge 2. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay = 3950.00 Lm, 15.8 Lane Km; Repair = 2 Bridges 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 3. 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 Sariaya Bypass Rd – K0118 + (-110) - K0121 + 645 Contract Id No. : 25d00219 (re-advertisement) Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Asset Preservation Program Preventive Maintenance - Tertiary Roads Cavinti-caliraya Rd – K0100 + 544 - K0103 + 000, K0105 + 434 - K0106 + 000 Contract Id No. : 25d00232 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 7.146 Lane Kilometer Road (2 And 4 Lanes) With 23,987 Sq. M. Of Asphalt Overlay; Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay - 7.1460 Ln. Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B 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 - Secondary Roads Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port) - K0137+(-700) - K0137+(-483), K0137+(-458) - K0139+703 Contract Id No. : 25d00237 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links / New Roads General Aguinaldo - Magallanes - Nasugbu Road (east - West Road), Nasugbu Section, Package 3, Batangas Contract Id No. : 25d00248 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Course Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Removal Of 0.28m Thk. Pccp And Reinforced Concrete Lined Canal, Installation Of Metal Guardrails, Reflectorized Pavement Markings, Active Protection System And Gabions Catchwall, And Construction Of Open Lined Canal, Grouted Riprap Slope Protection And Stone Masonry Retaining Wall. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,569.26 Sq.m (slope Protection); 2.103 Lane Km (concrete Road); 5,110.56 L.m. (drainage) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 7. 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 Star Tollway - Pinamucan Bypass Road, Package 1, Batangas Contract Id No. : 25d00250 Contract Location : Batangas Province Scope Of Works : Asphalt Overlay 50mm Thick For Each Layer With Concrete Reblocking Of 0.28m Thick Pccp. Construction Of Concrete Lined Ditch With Metal Guard Rails. Installation Of Solar Street Lights. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 2.195 Km 8.78 Lane-km; Drainage: 4390 L.m.; 220 Streetlights Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basin And Principal Rivers Construction Of Flood Control Structure Along Agos River, Package Z, General Nakar, Quezon Contract Id No. : 25d00256 Contract Location : Quezon Province Scope Of Works : Construction Of 192 L.m. Dike Segmented Every 50m. With 0.20m Thk Reinforced Concrete Revetment And 0.60m Thk Rubble Concrete With 5.00m Crest Width. And Construction Of 4.00m Width Reinforced Pccp ( 0.28m Thk) With Subbase Of 0.25m Thk. Supported By 1.70m X 0.70m Pile Cap With 12.00m And 6.00m Type Ii Steel Sheet Pile At Front And Back Of Pile Cap Respectively. For Every 50m In Length Of The Project There Is A Construction Of End Section Consist Of 0.20m Thk. Reinforced Concrete With 0.70m X 0.70m Pile Cap With 6.0m Type Ii Steel Sheet Pile. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Flood Mitigation Structure (192 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 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 Sariaya Bypass Rd – K0121 + 645 - K0125 + 400 Contract Id No. : 25d00262 Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Bypass Road, Quezon – K0125+(-064) - K0125+734, K0125+750 - K0126+343, K012+363 - K0127+126 Contract Id No. : 25d00271 Contract Location : Quezon Province Scope Of Works : Concrete Reblocking Using 0.28 M Thick Pccp (unreinforced), Asphalt Overlay Using Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk) And Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Concrete Curb And Gutter, Sidewalk, Installation Of Concrete Clay, Plastic And Fiber Pipe And Installation Of Solar Led Roadway Lighting. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay = 2,154.00 L.m. (8.616 Lane Km); Reblocking = 1,348.00 L.m. (5.390 Lane Km); Drainage = 1,348.00 L.m. (2,696.00 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 11. 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 Road Lucban Diversion Rd, Quezon Contract Id No. : 25d00272 Contract Location : Quezon Province Scope Of Works : Proposed Installation Of Active Slope Protection On Left Side With Upgrading Of Drainage System Using Riding Surface Reinforced Concrete Closed-line Canal And Improvement Of Slope Protection Using Stone Masonry On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Slope Protection (area): 9,278.13 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 12. 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 Road Tayabas Bypass Road, Package 1, Quezon Contract Id No. : 25d00273 Contract Location : Quezon Province Scope Of Works : The Scope Of The Project Includes 4-lane Asphalt Overlay Using Conventional Asphalt With Upgrading Of Drainage System Using Hdpe Pipe And Installation Of Road Safety Device Such As 130w Solar Led Streetlights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay: 1,859 L.m. (7.436 Lane Km); Solar Street Lights : 195 Units: Drainage: 2,970 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 13. 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 Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port), K0139+703 - K0141+657, K0141+696 - K0143+120 Contract Id No. : 25d00274 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 14. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads General Aguinaldo - Magallanes - Nasugbu Road (east-west Road), Nasugbu Section, Package 1, Batangas Contract Id No. : 25d00275 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Construction Of Open Lined Canal, Installation Of Metal Guardrails, Road Signs, Reflectorized Thermoplastic Pavement Markings, Active Protection System And Mechanically-stabilized Earth (mse) Retaining Wall, And Removal Of 0.28m Thk. Portland Cement Concrete Pavement And Concrete Structures. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,343.91 Sq.m. (slope Protection); 1.7800 Lane Km (concrete Road) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 15. 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 Star Tollway Pinamucan Bypass Road, Package 2, Batangas Contract Id No. : 25d00276 Contract Location : Batangas Province Scope Of Works : Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, And Lined Canal On Both Sides. Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, Lined Canal And Construction Of Gabion-faced Mse Wall On Fill Section On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Road Widening: 4.90 Lane Km; Construction Of Road Slope Protection Structure: 10,160.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 16. 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 Tayabas Bypass Road, Package 2, Quezon Contract Id No. : 25d00277 Contract Location : Quezon Province Scope Of Works : Installation Of 1000-mm Diameter High-density Polyethylene Pipe For Drainage Along Road And 130-w Led Single Arm Roadway Lighting. Approved Budget For The Contract : ₱289,500,000.00 Net Length : 5,474.00 L.m. (drainage); 218 Units (streetlights) 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 March 11, 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 March 18, 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 April 01, 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 April 01, 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: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph 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. March 10, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date1 Apr 2025
Tender AmountPHP 337.7 Million (USD 5.8 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 Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Multi-purpose Building (government Center), Biñan City, Laguna Contract Id No. : 25d00198 Contract Location : Laguna Province Scope Of Works : Structural - All Concrete Foundation Works For Wall, Ramp, And Stair Footings - All Concrete Column At All Remaining Levels (2nd – Rd) - All Concrete Beams At All Remaining Levels (3rd – Rd) - All Remaining External Slab – On – Grade - All Remaining Suspended Slabs (3rd – Rd) - All Remaining Concrete Stairs (main And Fire Exit) - All Roof Works (rafters, Purlins, Sagrods) Architectural - Cement Floor Finish For All Levels - All Tile Work Finishes For All Levels - All External And Internal Chb Walls W/ Plaster And Paint On Both Sides For All Levels - All Glass And Louver Walls (plastered And Painted) For All Levels - All Ceiling Works (ficem With Paint) For All Levels - All Waterproofing Works At All Levels - Concrete Pavers For Site Development - All Required Railings For All Levels - All Carpentry And Joinery Work For All Levels - All Roofing Works (sheets, Flashings, Gutters, And Ridge/hiprolls) - Reflective Insulation - All Doors And Windows On All Levels Plumbing - All Plumbing Fixtures On All Levels - All Waterline Works On All Levels - All Water Tanks And Pumps - All Sewer Line Works - All Storm Drainage Works Electrical - All Electrical Wiring Works On All Levels - All Conduit, Boxes, And Fittings On All Levels - All Wiring Devices On All Levels - All Lighting Fixtures On All Levels - All Panel Boards With Main And Branch Breakers On All Levels Mechanical - All Air-conditioning On All Levels - All Ventilating Works On All Levels Fire Protection - Automatic Fire Sprinkler System (afss) On All Levels - All Fire Hose Cabinet Assembly On All Levels - All Fire Extinguishers On All Levels Electronic Communications - All Fire Alarm Systems On All Levels Approved Budget For The Contract : ₱198,000,000.00 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 2. 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 Alaminos-san Pablo City Bypass Road (alaminos Section), Laguna Contract Id No. : 25d00200 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay 4 Lanes 2 Layers With Reblocking. Removal And Replacement Of Existing Expansion Joint For Bridge 1 And Bridge 2. Application Of Carbon Fiber Sheets And Carbon Fiber Plate On Bridge 1 Girders. Application Of Waterproofing And Asphalt Pavement For The Whole Carriageway Of The Bridge And Approach Slabs For Bridge 1 And Bridge 2. Application Of Thermoplastic Pavement Markings For Bridge 1 And Bridge 2. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay = 3950.00 Lm, 15.8 Lane Km; Repair = 2 Bridges 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 3. 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 Sariaya Bypass Rd – K0118 + (-110) - K0121 + 645 Contract Id No. : 25d00219 (re-advertisement) Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Asset Preservation Program Preventive Maintenance - Tertiary Roads Cavinti-caliraya Rd – K0100 + 544 - K0103 + 000, K0105 + 434 - K0106 + 000 Contract Id No. : 25d00232 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 7.146 Lane Kilometer Road (2 And 4 Lanes) With 23,987 Sq. M. Of Asphalt Overlay; Emulsified Asphalt, Bituminous Concrete Surface Binder Course, Hot-laid (50 Mm Thk), Bituminous Concrete Surface Wearing Course, Hot-laid (50 Mm Thk), Pavement Milling, Regulatory Signs, 600mm, R4-1b, Speed Signs Speed Restriction (maximum), Hazard Markers (450mm X 600mm, Chevron Signs), Pcc Pavement (unreinforced), (0.30 M Thick, 7 Days), Reflectorized Thermoplastic Pavement Markings (white) & Reflectorized Thermoplastic Pavement Markings (yellow). Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay - 7.1460 Ln. Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B 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 - Secondary Roads Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port) - K0137+(-700) - K0137+(-483), K0137+(-458) - K0139+703 Contract Id No. : 25d00237 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links / New Roads General Aguinaldo - Magallanes - Nasugbu Road (east - West Road), Nasugbu Section, Package 3, Batangas Contract Id No. : 25d00248 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Course Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Removal Of 0.28m Thk. Pccp And Reinforced Concrete Lined Canal, Installation Of Metal Guardrails, Reflectorized Pavement Markings, Active Protection System And Gabions Catchwall, And Construction Of Open Lined Canal, Grouted Riprap Slope Protection And Stone Masonry Retaining Wall. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,569.26 Sq.m (slope Protection); 2.103 Lane Km (concrete Road); 5,110.56 L.m. (drainage) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 7. 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 Star Tollway - Pinamucan Bypass Road, Package 1, Batangas Contract Id No. : 25d00250 Contract Location : Batangas Province Scope Of Works : Asphalt Overlay 50mm Thick For Each Layer With Concrete Reblocking Of 0.28m Thick Pccp. Construction Of Concrete Lined Ditch With Metal Guard Rails. Installation Of Solar Street Lights. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 2.195 Km 8.78 Lane-km; Drainage: 4390 L.m.; 220 Streetlights Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basin And Principal Rivers Construction Of Flood Control Structure Along Agos River, Package Z, General Nakar, Quezon Contract Id No. : 25d00256 Contract Location : Quezon Province Scope Of Works : Construction Of 192 L.m. Dike Segmented Every 50m. With 0.20m Thk Reinforced Concrete Revetment And 0.60m Thk Rubble Concrete With 5.00m Crest Width. And Construction Of 4.00m Width Reinforced Pccp ( 0.28m Thk) With Subbase Of 0.25m Thk. Supported By 1.70m X 0.70m Pile Cap With 12.00m And 6.00m Type Ii Steel Sheet Pile At Front And Back Of Pile Cap Respectively. For Every 50m In Length Of The Project There Is A Construction Of End Section Consist Of 0.20m Thk. Reinforced Concrete With 0.70m X 0.70m Pile Cap With 6.0m Type Ii Steel Sheet Pile. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Flood Mitigation Structure (192 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 240 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 Sariaya Bypass Rd – K0121 + 645 - K0125 + 400 Contract Id No. : 25d00262 Contract Location : Quezon Province Scope Of Works : The Project Involves The Construction Of Two Layers Of 50mm Thick Bituminous Concrete, Including The Removal Of The Existing Asphalt Through Pavement Milling, Covering A Total Length Of 2,920 Meters Across Four Lanes And The Shoulder. Additionally, It Includes The Construction Of 1.1m X 1.1m Line Canal, 1.5 M Width Shoulder, Curb And Gutter With Length Of 1,585 L.m, B/s. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay: 3,755 (15.02 Lane Km); Drainage: 2,920 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa 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 Bypass Road, Quezon – K0125+(-064) - K0125+734, K0125+750 - K0126+343, K012+363 - K0127+126 Contract Id No. : 25d00271 Contract Location : Quezon Province Scope Of Works : Concrete Reblocking Using 0.28 M Thick Pccp (unreinforced), Asphalt Overlay Using Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk) And Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Concrete Curb And Gutter, Sidewalk, Installation Of Concrete Clay, Plastic And Fiber Pipe And Installation Of Solar Led Roadway Lighting. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay = 2,154.00 L.m. (8.616 Lane Km); Reblocking = 1,348.00 L.m. (5.390 Lane Km); Drainage = 1,348.00 L.m. (2,696.00 L.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 11. 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 Road Lucban Diversion Rd, Quezon Contract Id No. : 25d00272 Contract Location : Quezon Province Scope Of Works : Proposed Installation Of Active Slope Protection On Left Side With Upgrading Of Drainage System Using Riding Surface Reinforced Concrete Closed-line Canal And Improvement Of Slope Protection Using Stone Masonry On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Slope Protection (area): 9,278.13 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 12. 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 Road Tayabas Bypass Road, Package 1, Quezon Contract Id No. : 25d00273 Contract Location : Quezon Province Scope Of Works : The Scope Of The Project Includes 4-lane Asphalt Overlay Using Conventional Asphalt With Upgrading Of Drainage System Using Hdpe Pipe And Installation Of Road Safety Device Such As 130w Solar Led Streetlights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Asphalt Overlay: 1,859 L.m. (7.436 Lane Km); Solar Street Lights : 195 Units: Drainage: 2,970 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 13. 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 Pagbilao-dalahican Port Rd (old Msr-mayao-talao-talao-dalahican Port), K0139+703 - K0141+657, K0141+696 - K0143+120 Contract Id No. : 25d00274 Contract Location : Quezon Province Scope Of Works : Proposed Asphalt Overlay Of Existing 2-lane Carriageway With Bituminous Concrete Surface Wearing Course 50mm Thick, And Bituminous Concrete Surface Binder Course 50mm Thick, Construction Of 3.00m Width Shoulder 0.23m Thick And Construction Of Concrete, Clay, Plastic And Fiber Pipe With Sidewalk On Right Side. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Asphalt Overlay - 6.76 Lane Km (3,378.00 L.m.); Off-carriageway: Paving Of Shoulder – 10,134.00 Sq.m. Construction Of Drainage Along Road – 3,378.00 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 14. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads General Aguinaldo - Magallanes - Nasugbu Road (east-west Road), Nasugbu Section, Package 1, Batangas Contract Id No. : 25d00275 Contract Location : Batangas Province Scope Of Works : Widening From Two-lane To Four-lane Portland Cement Concrete Pavement Road With Crushed Aggregate Surface Shoulders, Surplus Common Excavation, Aggregate Subbase Course, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregates), Construction Of Open Lined Canal, Installation Of Metal Guardrails, Road Signs, Reflectorized Thermoplastic Pavement Markings, Active Protection System And Mechanically-stabilized Earth (mse) Retaining Wall, And Removal Of 0.28m Thk. Portland Cement Concrete Pavement And Concrete Structures. Approved Budget For The Contract : ₱337,750,000.00 Net Length : 5,343.91 Sq.m. (slope Protection); 1.7800 Lane Km (concrete Road) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 15. 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 Star Tollway Pinamucan Bypass Road, Package 2, Batangas Contract Id No. : 25d00276 Contract Location : Batangas Province Scope Of Works : Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, And Lined Canal On Both Sides. Proposed Road Widening, 0.30m. Thick Pccp, 0.15m. Thick Aggregate Subbase Course, 0.15m. Thick Portland Cement Treated Plant Mix Course; Shoulder, Curb And Gutter, Sidewalk, Lined Canal And Construction Of Gabion-faced Mse Wall On Fill Section On Both Sides. Approved Budget For The Contract : ₱337,750,000.00 Net Length : Road Widening: 4.90 Lane Km; Construction Of Road Slope Protection Structure: 10,160.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Large A License Category : Aa Cost Of Bidding Documents : ₱50,000.00 16. 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 Tayabas Bypass Road, Package 2, Quezon Contract Id No. : 25d00277 Contract Location : Quezon Province Scope Of Works : Installation Of 1000-mm Diameter High-density Polyethylene Pipe For Drainage Along Road And 130-w Led Single Arm Roadway Lighting. Approved Budget For The Contract : ₱289,500,000.00 Net Length : 5,474.00 L.m. (drainage); 218 Units (streetlights) 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 March 11, 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 March 18, 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 April 01, 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 April 01, 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: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph 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. March 10, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson
6651-6660 of 6691 archived Tenders