Manpower Tenders

Manpower Tenders

Department Of Human Settlements And Urban Development - DHSUD Tender

Manpower Supply
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Quotation Doc Control No. : Form-as-pd-002 Revision No: 0 Effectivity Date : 1 September 2023 The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 2025-01-001 Procurement Activity Procurement Of Janitorial Services For Fy 2025 (10 Months) March 2025 To December 2025 Mode Of Procurement Small Value Procurement Approved Budget For The Contract (abc) Eight Hundred Thirty-one Thousand Fifty Seven Pesos & 42/100 (php 831,057.42), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before February 18, 2025, 10:00 Am. Delivery Schedule Start Of Contract Is On March 01, 2025. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications 1 Services To Be Provided The Agency Shall Provide Housekeeping/janitorial Services For Ten (10) Months At The Dhsud Ro-4a Office Located At Dencris Business Center, National Highway, Brgy. Halang, City Of Calamba, Laguna. _compliant _non-compliant 2 Area Of Responsibility (aor) And Manpower Requirements A. The Agency Shall Provide A Total Of Four (4) Janitorial Attendants To Be Deployed At The Dhsud Ro-4a Offices Including Its Storage Room. B. The Janitorial Attendants Who Shall Work Eight (8) Hours A Day, Six (6) Days A Week, In Accordance With The Pertinent Provisions Of The Labor Code, Shall Be Deployed In The Area Of Responsibility, As Scheduled. C. The Agency Shall Provide Reliever/s In Case Of Absence Of Janitorial Attendant/s. D. Should There Be A Need For Additional Janitorial Attendant/s, The Agency Shall Deploy Janitorial Attendant/s Upon Receipt Of The Written Request/instruction Of The Dhsud Ro-4a. _compliant _non-compliant 3 Scope Of Services The Agency Shall Provide Housekeeping/janitorial Services For Dhsud Ro-4a Which Shall Have The Responsibility Of Maintaining Cleanliness, Sanitation And Orderliness Within The Areas Of Responsibility (aor) And Shall Perform The Following Activities Which Shall Include, But Not Limited To: A. Sweeping, Scrubbing, Mopping, Waxing And/or Polishing Building Floors Including Corridors, Walls, Doors, Partitions, Stairways And Other Common Areas; B. Sanitizing Of Door Knobs, Telephone Kits, C. Dusting, Cleaning And Disinfection Of All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment And Facilities Which Requires Maintenance; D. Spraying Of Air Fresheners And Disinfectants In All Offices; E. Refiling Soap Dispensers And Soap Dishes, Toilet Paper, Wipes Down Stalls, And Replace Air Fresheners; F. Cleaning, Sanitizing And Disinfecting Of Washrooms/toilets, Which Includes The Use Of Special Sanitizing And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; G. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Services Necessary For Sanitation; H. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Covered Areas; I. Maintaining Indoor And Outdoor Plants Within The Premises Or Area Of The Dhsud Ro-4a; J. Errand Services As Required By Dhsud Ro-4a; And, K. Such Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. _compliant _non-compliant 4 Additional Set Of Technical Parameters A. The Agency Must Submit Proof That It Has Been Engaged In Continuous Business Operations As A Legitimate Janitorial Agency For At Least Five (5) Years At The Time Of The Submission And Receipt Of Its Bid; B. The Agency Must Show Proof That It Has Completed Similar Contracts With At Least Two (2) Companies Within Two (2) Years From The Submission And Receipt Of Its Bid, Together With Certificates Of Satisfactory Service From Said Clients; C. The Agency Must Submit Its Organizational Set-up; D. The Agency Must Submit Proof Of Remittances For Sss, Pag-ibig And Philhealth For The Period Covering March 01, 2024 To December 31, 2024 With The Requisite Attachments, Such As, The List Of Personnel Covered By The Payment, Summary Of Periodic Remittances, Among Others; _compliant _non-compliant 5 Minimum Qualifications Of Janitorial Attendants The Agency Shall Provide Dhsud Region 4a Janitorial Attendants Who Shall Possess The Following Minimum Qualifications: A. Must Possess Good Moral Character And Reputation; B. Must Not Have Any Criminal Or Police Record; C. Duly Trained And Skilled To Function As Janitorial Personnel; And D. Must Be Physically And Mentally Fit As Evidenced By The Medical Certificate; And, _compliant _non-compliant 6 Issuance Of Payslips To Assigned Janitorial Personnel Issuance Of Payslip To Janitorial Personnel Assigned Shall Be One Basis Of Dhsud Ro-4a To Ensure Conformance Of Janitorial Agency To Existing Labor Laws (minimum Wage And Mandatory Contributions To Sss, Philhealth, And Pag-ibig) _compliant _non-compliant 7 Receipt Of Billing Statement And Official Receipt (or) The Issuance Of Janitorial Agency Of Monthly Billing Statement Should Be Received By Dhsud Ro-4a Not Later Than 15th Day Of The Following Month And Its Corresponding Payment’s Official Receipt (or) Not Later Than 25th Day Of The Month _compliant _non-compliant 8 Posting Of Performance Security A. To Guarantee Payment For Losses And/or Damages To Property, The Winning Agency Shall Post A Performance Security In Favor Of Dhsud Ro-4a,. Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) . Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank 2% B. Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. 5% D. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security Your Failure To Post The Required Performance Security Within Ten (10) Days From Notice Of Award Shall Hereof Constitute A Sufficient Ground For Cancellation Of The Award B. The Performance Security Shall Be Callable On Demand And Shall Have A Validity Period Equivalent To The Duration Of The Contract Including Its Renewal Or Extensions, If Any. _compliant _non-compliant 9 Standards The Agency Shall Maintain A Very Satisfactory Level Of Performance Throughout The Term Of The Contract Based On The Following Criteria And Using The Following Scale - 5 (excellent); 4 (very Satisfactory); 3 (satisfactory); 2 (fair); And, 1 (unsatisfactory): 1. Quality Of Service Delivered 2. Time Management 3. Management And Suitability Of Personnel 4. Contract Administration And Management 5. Provision Of Regular Progress Reports The Dhsud Ro-4a Shall Conduct An Assessment Or Evaluation Of The Performance Of The Agency Based On The Above Criteria On A Regular Basis. Based On Its Assessment, The Dhsud Ro-4a May, At Any Time: 1. Request In Writing The Withdrawal Or Replacement Of Any Personnel Of The Agency Assigned To Perform Services Under The Contract. The Agency Shall At Its Own Expense, Withdraw Or Replace Such Personnel Forthwith And Shall Furnish The Dhsud Ro-4a The List Of Substitute Janitors Prior To Deployment; And/or, 2. Pre-terminate The Contract For Failure By The Agency To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Annex “i,” The Guidelines On Termination Of Contracts, Of The 2016 Revised Implementing Rules And Regulations Of Ra 9184. _compliant _non-compliant 10 Period Of The Contract The Contract For Janitorial Services Shall Be For A Period Of Ten (10) Months Commencing From March 2025 To December 2025 _compliant _non-compliant Terms And Conditions: 1. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 2. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 3. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. 4. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories. D. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above-mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The General Services Section At The Dhsud Ro-4a Office Located At Dencris Business Center, Brgy. Halang Calamba City. The Dhsud Ro-4a Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Ro-4a Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date18 Feb 2025
Tender AmountPHP 825.7 K (USD 14.2 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0076-25df0088 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Ii, Tanza, Cavite Contract Id No. : 25df0076 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Julugan I, Tanza, Cavite Contract Id No. : 25df0077 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0078 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Ib: 25df0076-25df0088 Page 2 Of 6 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Lumampong Balagbag, Indang, Cavite Contract Id No. : 25df0079 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 1, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0080 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage (canal Lining) Net Length : 500.00 L.m. Drainage Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Off-carriageway Improvement - Secondary Roads Tanza-trece Martires City-indang Rd - K0052 + 148 - K0052 + 600, K0053 + 000 - K0053 + 168, K0058 + 217 - K0058 + 539 Contract Id No. : 25df0081 Contract Location : Indang, Cavite Scope Of Works : Improvement Of Off-carriageway (shoulder) Net Length : 1,394.00 Lm Off-carriageway (shoulder) Approved Budget For The Contract : ₱ 5,644,800.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 38 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 7. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0082 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 3 Of 6 8. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Iv, Tanza, Cavite Contract Id No. : 25df0083 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Calibuyo, Tanza, Cavite Contract Id No. : 25df0084 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Mahabang Kahoy Cerca, Indang, Cavite Contract Id No. : 25df0085 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Daine I, Indang, Cavite Contract Id No. : 25df0086 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 4 Of 6 12. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Ylang Ylang River Drive, Barangay San Rafael 4, Noveleta, Cavite Contract Id No. : 25df0087 Contract Location : Noveleta, Cavite Scope Of Works : Construction Of Road Net Length : 0.990 Lane Km. Road Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Manila-cavite Rd - K0027 + (-504) - K0027 + 403 Contract Id No. : 25df0088 Contract Location : Noveleta, Cavite Scope Of Works : Rehabilitation/ Reconstruction/ Upgrading Of Road With Drainage Net Length : 1.814 Lane Km Road With Drainage Approved Budget For The Contract : ₱ 77,200,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 216 C.d. Size Range : Medium A License Category : B 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 8:00 Am To 5:00 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), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 - 28, 2025 @ 8am-5pm 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. Ib: 25df0076-25df0088 Page 5 Of 6 6. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Prebid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 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 January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. Ib: 25df0076-25df0088 Page 6 Of 6 December 6, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0076-25df0088 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Ii, Tanza, Cavite Contract Id No. : 25df0076 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Julugan I, Tanza, Cavite Contract Id No. : 25df0077 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0078 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Ib: 25df0076-25df0088 Page 2 Of 6 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Lumampong Balagbag, Indang, Cavite Contract Id No. : 25df0079 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 1, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0080 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage (canal Lining) Net Length : 500.00 L.m. Drainage Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Off-carriageway Improvement - Secondary Roads Tanza-trece Martires City-indang Rd - K0052 + 148 - K0052 + 600, K0053 + 000 - K0053 + 168, K0058 + 217 - K0058 + 539 Contract Id No. : 25df0081 Contract Location : Indang, Cavite Scope Of Works : Improvement Of Off-carriageway (shoulder) Net Length : 1,394.00 Lm Off-carriageway (shoulder) Approved Budget For The Contract : ₱ 5,644,800.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 38 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 7. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0082 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 3 Of 6 8. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Iv, Tanza, Cavite Contract Id No. : 25df0083 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Calibuyo, Tanza, Cavite Contract Id No. : 25df0084 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Mahabang Kahoy Cerca, Indang, Cavite Contract Id No. : 25df0085 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Daine I, Indang, Cavite Contract Id No. : 25df0086 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 12. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Contract Id No. Contract Location Scope Of Works Net Length Approved Budget For The Contract Source Of Funds Contract Duration Size Range License Category Cost Of Bidding Documents 13. Name Of Contract Contract Id No. Contract Location Scope Of Works Net Length Approved Budget For The Contract Source Of Funds Contract Duration Size Range License Category Cost Of Bidding Documents : : : : : : : : : : : : : : : : : : : : : Construction Of Road, Ylang Ylang River Drive, Barangay San Rafael 4, Noveleta, Cavite 25df0087 Noveleta, Cavite Construction Of Road 0.990 Lane Km. Road ₱ 9,900,000.00 Fy 2025 Nep For Dpwh Infra Program 58 C.d. Small B C & D ₱ 10,000.00 Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Manila-cavite Rd - K0027 + (-504) - K0027 + 403 25df0088 Noveleta, Cavite Rehabilitation/ Reconstruction/ Upgrading Of Road With Drainage 1.814 Lane Km Road With Drainage ₱ 77,200,000.00 Fy 2025 Nep For Dpwh Infra Program 216 C.d. Medium A B ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. 3. 4. 5. 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 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 - 28, 2025 @ 8am-5pm 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. Ib: 25df0076-25df0088 Page 4 Of 6 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Pre Bid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, 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. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 @ 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Opening Shall Be On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office 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. 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. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. Ib: 25df0076-25df0088 Page 5 Of 6 December 6, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Ib: 25df0076-25df0088 Page 6 Of 6 Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 5.9 Million (USD 101.2 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0076-25df0088 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Ii, Tanza, Cavite Contract Id No. : 25df0076 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Julugan I, Tanza, Cavite Contract Id No. : 25df0077 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0078 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Ib: 25df0076-25df0088 Page 2 Of 6 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Lumampong Balagbag, Indang, Cavite Contract Id No. : 25df0079 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 1, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0080 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage (canal Lining) Net Length : 500.00 L.m. Drainage Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Off-carriageway Improvement - Secondary Roads Tanza-trece Martires City-indang Rd - K0052 + 148 - K0052 + 600, K0053 + 000 - K0053 + 168, K0058 + 217 - K0058 + 539 Contract Id No. : 25df0081 Contract Location : Indang, Cavite Scope Of Works : Improvement Of Off-carriageway (shoulder) Net Length : 1,394.00 Lm Off-carriageway (shoulder) Approved Budget For The Contract : ₱ 5,644,800.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 38 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 7. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0082 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 3 Of 6 8. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Iv, Tanza, Cavite Contract Id No. : 25df0083 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Calibuyo, Tanza, Cavite Contract Id No. : 25df0084 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Mahabang Kahoy Cerca, Indang, Cavite Contract Id No. : 25df0085 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Daine I, Indang, Cavite Contract Id No. : 25df0086 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 12. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Contract Id No. Contract Location Scope Of Works Net Length Approved Budget For The Contract Source Of Funds Contract Duration Size Range License Category Cost Of Bidding Documents 13. Name Of Contract Contract Id No. Contract Location Scope Of Works Net Length Approved Budget For The Contract Source Of Funds Contract Duration Size Range License Category Cost Of Bidding Documents : : : : : : : : : : : : : : : : : : : : : Construction Of Road, Ylang Ylang River Drive, Barangay San Rafael 4, Noveleta, Cavite 25df0087 Noveleta, Cavite Construction Of Road 0.990 Lane Km. Road ₱ 9,900,000.00 Fy 2025 Nep For Dpwh Infra Program 58 C.d. Small B C & D ₱ 10,000.00 Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Manila-cavite Rd - K0027 + (-504) - K0027 + 403 25df0088 Noveleta, Cavite Rehabilitation/ Reconstruction/ Upgrading Of Road With Drainage 1.814 Lane Km Road With Drainage ₱ 77,200,000.00 Fy 2025 Nep For Dpwh Infra Program 216 C.d. Medium A B ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. 3. 4. 5. 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 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 - 28, 2025 @ 8am-5pm 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. Ib: 25df0076-25df0088 Page 4 Of 6 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Pre Bid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, 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. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 @ 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Opening Shall Be On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office 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. 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. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. Ib: 25df0076-25df0088 Page 5 Of 6 December 6, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Ib: 25df0076-25df0088 Page 6 Of 6 Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 77.2 Million (USD 1.3 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0094-25df0106 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation/completion Of Multi-purpose Bldg. At Brgy. Maharlika, City Of Imus, Cavite Contract Id No. : 25df0094 Contract Location : Imus City, Cavite Scope Of Works : Rehabilitation/completion Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 2,970,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation/completion Of Multi-purpose Bldg. At Alapan 1a (regal Homes), City Of Imus, Cavite Contract Id No. : 25df0095 Contract Location : Imus City, Cavite Scope Of Works : Rehabilitation/completion Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 2,970,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road, Phase 2, Barangay Inocencio, Trece Martires, Cavite Contract Id No. : 25df0096 Contract Location : Trece Martires City, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.408 Lane Km. Road, W = 3.05 M. Approved Budget For The Contract : ₱ 4,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 41 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 4. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road, Phase 2, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0097 Contract Location : Tanza, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.460 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 41 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Kayquit Iii, Indang, Cavite Contract Id No. : 25df0098 Contract Location : Indang, Cavite Scope Of Works : Construction Of Road Net Length : 0.470 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 32 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Talon, Amadeo, Cavite Contract Id No. : 25df0099 Contract Location : Amadeo, Cavite Scope Of Works : Construction Of Road Net Length : 0.470 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 32 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 7. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Replacement Of Permanent Weak Bridges Malimango Br. (b02897lz) Along Noveleta-naic-tagaytay Rd (completion) Contract Id No. : 25df0100 Contract Location : Rosario, Cavite Scope Of Works : Completion Of Bridge Net Length : 109.80 Sqm. Bridge Approved Budget For The Contract : ₱ 5,194,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 168 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0094-25df0106 Page 2 Of 6 8. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road At Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0101 Contract Location : Tanza, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.774 Lane Km. Road, W = 3.05 M. Approved Budget For The Contract : ₱ 9,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 75 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategicpublic Buildings/ Facilities Construction Of Road, Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0102 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road Net Length : 0.444 Lane Km. Road, W = 2.50 M. (segment 1) And 0.480 Lane Road Km. W = 3.00 M. (segment 2) Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Road Widening - Secondary Roads Tanza-trece Martires City-indang Rd - K0056 + 600 - K0057 + 121 Contract Id No. : 25df0103 Contract Location : Indang, Cavite Scope Of Works : Widening Of Road With Drainage Net Length : 0.532 Lane Km. Road With Drainage (rcpc) Approved Budget For The Contract : ₱ 20,353,620.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 124 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities Construction Of Revetment Along Julian River, Barangay Carsadang Bago I, Imus, Cavite Contract Id No. : 25df0104 Contract Location : Imus City, Cavite Scope Of Works : Construction Of Revetment Net Length : 203.60 L.m. Revetment Approved Budget For The Contract : ₱ 49,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0094-25df0106 Page 3 Of 6 12. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Noveleta-naic-tagaytay Rd - K0062 + 000 - K0064 + 000 Contract Id No. : 25df0105 Contract Location : Indang, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 3.962 Lane Km. Road Approved Budget For The Contract : ₱ 53,075,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 102 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Noveleta-rosario Div Rd (s06094lz) - K0026 + (-575) - K0026 + 338 Contract Id No. : 25df0106 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.328 Lane Km. Road Approved Budget For The Contract : ₱ 93,605,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B 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), 5 Ib: 25df0094-25df0106 Page 4 Of 6 Th 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 8:00 Am To 5:00 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), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 7, 2025 @ 8am-5pm 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), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 24, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 7, 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 February 7, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 Ib: 25df0094-25df0106 Page 5 Of 6 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 17, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0094-25df0106 Page 6 Of 6
Closing Date7 Feb 2025
Tender AmountPHP 5.1 Million (USD 88.8 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0094-25df0106 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation/completion Of Multi-purpose Bldg. At Brgy. Maharlika, City Of Imus, Cavite Contract Id No. : 25df0094 Contract Location : Imus City, Cavite Scope Of Works : Rehabilitation/completion Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 2,970,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation/completion Of Multi-purpose Bldg. At Alapan 1a (regal Homes), City Of Imus, Cavite Contract Id No. : 25df0095 Contract Location : Imus City, Cavite Scope Of Works : Rehabilitation/completion Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 2,970,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road, Phase 2, Barangay Inocencio, Trece Martires, Cavite Contract Id No. : 25df0096 Contract Location : Trece Martires City, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.408 Lane Km. Road, W = 3.05 M. Approved Budget For The Contract : ₱ 4,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 41 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 4. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road, Phase 2, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0097 Contract Location : Tanza, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.460 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 41 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Kayquit Iii, Indang, Cavite Contract Id No. : 25df0098 Contract Location : Indang, Cavite Scope Of Works : Construction Of Road Net Length : 0.470 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 32 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Talon, Amadeo, Cavite Contract Id No. : 25df0099 Contract Location : Amadeo, Cavite Scope Of Works : Construction Of Road Net Length : 0.470 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 32 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 7. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Replacement Of Permanent Weak Bridges Malimango Br. (b02897lz) Along Noveleta-naic-tagaytay Rd (completion) Contract Id No. : 25df0100 Contract Location : Rosario, Cavite Scope Of Works : Completion Of Bridge Net Length : 109.80 Sqm. Bridge Approved Budget For The Contract : ₱ 5,194,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 168 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0094-25df0106 Page 2 Of 6 8. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road At Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0101 Contract Location : Tanza, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.774 Lane Km. Road, W = 3.05 M. Approved Budget For The Contract : ₱ 9,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 75 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategicpublic Buildings/ Facilities Construction Of Road, Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0102 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road Net Length : 0.444 Lane Km. Road, W = 2.50 M. (segment 1) And 0.480 Lane Road Km. W = 3.00 M. (segment 2) Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Road Widening - Secondary Roads Tanza-trece Martires City-indang Rd - K0056 + 600 - K0057 + 121 Contract Id No. : 25df0103 Contract Location : Indang, Cavite Scope Of Works : Widening Of Road With Drainage Net Length : 0.532 Lane Km. Road With Drainage (rcpc) Approved Budget For The Contract : ₱ 20,353,620.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 124 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities Construction Of Revetment Along Julian River, Barangay Carsadang Bago I, Imus, Cavite Contract Id No. : 25df0104 Contract Location : Imus City, Cavite Scope Of Works : Construction Of Revetment Net Length : 203.60 L.m. Revetment Approved Budget For The Contract : ₱ 49,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0094-25df0106 Page 3 Of 6 12. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Noveleta-naic-tagaytay Rd - K0062 + 000 - K0064 + 000 Contract Id No. : 25df0105 Contract Location : Indang, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 3.962 Lane Km. Road Approved Budget For The Contract : ₱ 53,075,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 102 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Noveleta-rosario Div Rd (s06094lz) - K0026 + (-575) - K0026 + 338 Contract Id No. : 25df0106 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.328 Lane Km. Road Approved Budget For The Contract : ₱ 93,605,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B 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), 5 Ib: 25df0094-25df0106 Page 4 Of 6 Th 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 8:00 Am To 5:00 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), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 7, 2025 @ 8am-5pm 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), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 24, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 7, 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 February 7, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 Ib: 25df0094-25df0106 Page 5 Of 6 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 17, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0094-25df0106 Page 6 Of 6
Closing Date7 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0076-25df0088 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Ii, Tanza, Cavite Contract Id No. : 25df0076 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Julugan I, Tanza, Cavite Contract Id No. : 25df0077 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0078 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Ib: 25df0076-25df0088 Page 2 Of 6 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Lumampong Balagbag, Indang, Cavite Contract Id No. : 25df0079 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 1, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0080 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage (canal Lining) Net Length : 500.00 L.m. Drainage Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Off-carriageway Improvement - Secondary Roads Tanza-trece Martires City-indang Rd - K0052 + 148 - K0052 + 600, K0053 + 000 - K0053 + 168, K0058 + 217 - K0058 + 539 Contract Id No. : 25df0081 Contract Location : Indang, Cavite Scope Of Works : Improvement Of Off-carriageway (shoulder) Net Length : 1,394.00 Lm Off-carriageway (shoulder) Approved Budget For The Contract : ₱ 5,644,800.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 38 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 7. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0082 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 3 Of 6 8. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Iv, Tanza, Cavite Contract Id No. : 25df0083 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Calibuyo, Tanza, Cavite Contract Id No. : 25df0084 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Mahabang Kahoy Cerca, Indang, Cavite Contract Id No. : 25df0085 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Daine I, Indang, Cavite Contract Id No. : 25df0086 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 4 Of 6 12. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Ylang Ylang River Drive, Barangay San Rafael 4, Noveleta, Cavite Contract Id No. : 25df0087 Contract Location : Noveleta, Cavite Scope Of Works : Construction Of Road Net Length : 0.990 Lane Km. Road Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Manila-cavite Rd - K0027 + (-504) - K0027 + 403 Contract Id No. : 25df0088 Contract Location : Noveleta, Cavite Scope Of Works : Rehabilitation/ Reconstruction/ Upgrading Of Road With Drainage Net Length : 1.814 Lane Km Road With Drainage Approved Budget For The Contract : ₱ 77,200,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 216 C.d. Size Range : Medium A License Category : B 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 8:00 Am To 5:00 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), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 - 28, 2025 @ 8am-5pm 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. Ib: 25df0076-25df0088 Page 5 Of 6 6. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Prebid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 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 January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. Ib: 25df0076-25df0088 Page 6 Of 6 December 6, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0076-25df0088 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Ii, Tanza, Cavite Contract Id No. : 25df0076 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Julugan I, Tanza, Cavite Contract Id No. : 25df0077 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0078 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Ib: 25df0076-25df0088 Page 2 Of 6 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Lumampong Balagbag, Indang, Cavite Contract Id No. : 25df0079 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 1, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0080 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage (canal Lining) Net Length : 500.00 L.m. Drainage Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Off-carriageway Improvement - Secondary Roads Tanza-trece Martires City-indang Rd - K0052 + 148 - K0052 + 600, K0053 + 000 - K0053 + 168, K0058 + 217 - K0058 + 539 Contract Id No. : 25df0081 Contract Location : Indang, Cavite Scope Of Works : Improvement Of Off-carriageway (shoulder) Net Length : 1,394.00 Lm Off-carriageway (shoulder) Approved Budget For The Contract : ₱ 5,644,800.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 38 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 7. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0082 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 3 Of 6 8. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Iv, Tanza, Cavite Contract Id No. : 25df0083 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Calibuyo, Tanza, Cavite Contract Id No. : 25df0084 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Mahabang Kahoy Cerca, Indang, Cavite Contract Id No. : 25df0085 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Daine I, Indang, Cavite Contract Id No. : 25df0086 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 4 Of 6 12. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Ylang Ylang River Drive, Barangay San Rafael 4, Noveleta, Cavite Contract Id No. : 25df0087 Contract Location : Noveleta, Cavite Scope Of Works : Construction Of Road Net Length : 0.990 Lane Km. Road Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Manila-cavite Rd - K0027 + (-504) - K0027 + 403 Contract Id No. : 25df0088 Contract Location : Noveleta, Cavite Scope Of Works : Rehabilitation/ Reconstruction/ Upgrading Of Road With Drainage Net Length : 1.814 Lane Km Road With Drainage Approved Budget For The Contract : ₱ 77,200,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 216 C.d. Size Range : Medium A License Category : B 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 8:00 Am To 5:00 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), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 - 28, 2025 @ 8am-5pm 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. Ib: 25df0076-25df0088 Page 5 Of 6 6. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Prebid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 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 January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. Ib: 25df0076-25df0088 Page 6 Of 6 December 6, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.4 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Ib: 25df0076-25df0088 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Ii, Tanza, Cavite Contract Id No. : 25df0076 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Julugan I, Tanza, Cavite Contract Id No. : 25df0077 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0078 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 Ib: 25df0076-25df0088 Page 2 Of 6 4. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building, Barangay Lumampong Balagbag, Indang, Cavite Contract Id No. : 25df0079 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/strategic Public Buildings/facilities Construction Of Drainage Structure, Phase 1, Barangay Julugan 3, Tanza, Cavite Contract Id No. : 25df0080 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Drainage (canal Lining) Net Length : 500.00 L.m. Drainage Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Off-carriageway Improvement - Secondary Roads Tanza-trece Martires City-indang Rd - K0052 + 148 - K0052 + 600, K0053 + 000 - K0053 + 168, K0058 + 217 - K0058 + 539 Contract Id No. : 25df0081 Contract Location : Indang, Cavite Scope Of Works : Improvement Of Off-carriageway (shoulder) Net Length : 1,394.00 Lm Off-carriageway (shoulder) Approved Budget For The Contract : ₱ 5,644,800.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 38 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 7. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0082 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 3 Of 6 8. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Amaya Iv, Tanza, Cavite Contract Id No. : 25df0083 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Calibuyo, Tanza, Cavite Contract Id No. : 25df0084 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Mahabang Kahoy Cerca, Indang, Cavite Contract Id No. : 25df0085 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building (covered Court), Barangay Daine I, Indang, Cavite Contract Id No. : 25df0086 Contract Location : Indang, Cavite Scope Of Works : Construction Of Multi-purpose Building (covered Court) Net Length : Approved Budget For The Contract : ₱ 5,940,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 178 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0076-25df0088 Page 4 Of 6 12. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Ylang Ylang River Drive, Barangay San Rafael 4, Noveleta, Cavite Contract Id No. : 25df0087 Contract Location : Noveleta, Cavite Scope Of Works : Construction Of Road Net Length : 0.990 Lane Km. Road Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Manila-cavite Rd - K0027 + (-504) - K0027 + 403 Contract Id No. : 25df0088 Contract Location : Noveleta, Cavite Scope Of Works : Rehabilitation/ Reconstruction/ Upgrading Of Road With Drainage Net Length : 1.814 Lane Km Road With Drainage Approved Budget For The Contract : ₱ 77,200,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 216 C.d. Size Range : Medium A License Category : B 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 8:00 Am To 5:00 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), Cavite 1st District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 7 - 28, 2025 @ 8am-5pm 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. Ib: 25df0076-25df0088 Page 5 Of 6 6. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Will Hold A Prebid Conference On January 14, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office, 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_cavite1@dpwh.gov.ph For Electronic Submission On Or Before January 28, 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 January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1st District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1st District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1st Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1st District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. Ib: 25df0076-25df0088 Page 6 Of 6 December 6, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date28 Jan 2025
Tender AmountPHP 5.6 Million (USD 96.2 K)

Province Of Iloilo Tender

Automobiles and Auto Parts
Philippines
Details: Description Bids And Awards Committee Iloilo Provincial Government Procurement Of Multi-purpose Vehicle Bid No. Acc-24-1846-b(rebid) 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 ………………………………………………………………. 7 9. Clarification And Amendment Of Bidding Documents …………………………… 7 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 7 11. Documents Comprising The Bid: Financial Component …………………………... 7 12. Bid Prices …………………………………………………………………………. 8 13. Bid And Payment Currencies ……………………………………………………… 8 14. Bid Security ………………………………………………………………………. 8 15. Sealing And Marking Of Bids ……………………………………………………… 9 16. Deadline For Submission Of Bids …………………………………………………. 9 17. Opening And Preliminary Examination Of Bids ………………………………….. 9 18. Domestic Preference ……………………………………………………………… 9 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 9 20. Post-qualification ………………………………………………………………… 10 21. Signing Of The Contract …………………………………………………………… 10 Section Iii. Bid Data Sheet …………………………………………………..11 Section Iv. General Conditions Of Contract ……………………...………..12 1. Scope Of Contract ………………………………………………………………… 12 2. Advance Payment And Terms Of Payment ……………………………………….. 12 3. Performance Security ……………………………………………………………. 12 4. Inspection And Tests ……………………………………………………………… 12 5. Warranty …………………………………………………………………………. 13 6. Liability Of The Supplier ………………………………………………………….. 13 Section V. Special Conditions Of Contract ………………………………….14 Section Vi. Schedule Of Requirements ……………………………………....16 Section Vii. Technical Specifications …………………………………………17 Section Viii. Checklist Of Technical And Financial Documents …………..19 Section I. Invitation To Bid Purchase Of Multi-purpose Vehicle Bid No. Acc-24-1846-b(rebid) 1. The Iloilo Provincial Government Through The Supplemental Budget No.1 Cy 2024 Capital Outlay Intends To Apply The Sum Of One Million Nine Hundred Thousand Pesos (php 1,900,000.00) Being The Abc To Payments Under The Contract For The Purchase Of Multi-purpose Vehicle 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 Calendar 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 February 3, 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 Thousand Pesos (php5000.00). 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 February 10, 2025 At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City 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 Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before February 27, 2025 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 February 27, 2025 At 9:01 A.m. At The 5th Floor Bac Secretariat Office, Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City 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 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 January 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 Multi-purpose Vehicle With Bid No. Acc-24-1846-b (rebid) 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 2024 In The Amount Of One Million Nine Hundred Thousand Pesos (php 1,900,000.00) The Source Of Funding Is: Gunian. 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 Office Of The Provincial Accountant 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. Certificate If Good Manufacturing Practice From Fda, For Easy Validation During The Post-qualification; C. Batch Release Certificate From Fda, For Easy Validation During The Post-qualification; D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/ Dealer Of The Products / Items For Easy Validation During The Post-qualification; E. 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); F. License To Operate (lto) Issued By Fda, If Applicable; G. After-sales Services/parts, If Applicable; H. 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 Office Of The Provincial Accountant. 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 Multi-purpose Vehicle 1 1 Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. _______________________ Signature Over Printed Name Section Vii. Technical Specifications Bid No.: Acc-24-1846-b(rebid) 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 Multi-purpose Vehicle With The Following Specifications: Seating Capacity: Maximum Of 8 Seats Engine: In-line 4-cylinder, 16 Valve Double Overhead Camshaft With Intercooler Turbo Charger Or Its Equivalent Displacement: ( 2,700- 2800) Cc Max Output: 174 Ps (minimum) Max Torque: 360 Nm (minimum) Transmission: 6 Speed Automatic (minimum) Suspension (front/rear): Independent, Double Wishbone With Coil Spring/4-link With Coil Spring Brakes(front/rear):ventilated Discs/leading-trailing Drum Tires/wheels: 205/65 R16 Alloy Other Features: Air-conditioning And Audio System, Speed Sensing Door Locks, Power Windows, Keyless Entry, Light Control System Safety Features: Anti-lock Brakes System, Vehicle Stability Control, Seat Belts, Airbags, Emergency Brake Signal, Reverse Camera And Clearance And Back Sonar Fuel: Diesel Fed Terms And Conditions 1. The Vehicle Shall Be Delivered To Iloilo Provincial Capitol, Iloilo City Thirty (30) Calendar Days After Receipt Of Notice To Proceed. 2. Warranty Period Shall Be 36 Months After Acceptance, Or A Milleage Of One Hundred Thousand (100,000) Kilometers, Whichever Comes First. 3. The Bidder Shall Have A Service Center In Iloilo City Or An Agreement With A Service Center In Iloilo City To Do After Sales Which May Be Submitted During Post-qualification. 4. The Dealer Shall Install Stickers Of Iloilo Provincial Government Official Logo And The Word " For Official Use Only" On Both Sides Of The Front Door. 5. The Dealer Shall Shoulder The First Three (3) Years Lto Registration And One (1) Year Gsis Comprehensive Insurance. 6. The Dealer Should Provide For Car Matting, Window Tint, And Seat Cover. _______________________ 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.
Closing Date27 Feb 2025
Tender AmountPHP 1.9 Million (USD 32.8 K)
9991-10000 of 10000 archived Tenders