Road Construction Tenders
Road Construction Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Convergence And Special Support Program-basic Infrastructure Program (bip)- Bip-access Roads And/or Bridges From The National Roads Connecting To Indigenous People (ip) Communities, Construction Of Road, Barangay Bananao, Paracelis, Mountain Province 1. The Department Of Public Works And Highways – Cordillera Administrative Region – Mountain Province Second District Engineering Office, Through The Gaa - Fy 2024 Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos (php 4,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pm0035. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Cordillera Administrative Region (car) - Mountain Province Second District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred Forty Four (44) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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 (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways – Cordillera Administrative Region (car) - Mountain Province Second District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 06, 2025 – February 26, 2025 From 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 (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through The E-mails Indicated Below. 6. The Department Of Public Works And Highways (dpwh) – Cordillera Administrative Region (car) - Mountain Province Second District Engineering Office Will Hold A Pre-bid Conference On February 13, 2025 - 10:00 A.m. At Conference Hall, Dpwh – Car- Mountain Province Second District Engineering Office, Natonin, Mountain Province And/or Through Videoconferencing Via Zoom, Which Shall Be Open To Prospective Bidders. 7. 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. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_mtprovince2@dpwh.gov.ph For Electronic Submission On Or Before February 26, 2025/10:00 A.m. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On February 26, 2025/10:00 A.m. At The Given Address Below And/or Through Videoconferencing Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Department Of Public Works And Highways (dpwh) – Cordillera Administrative Region (car) - Mountain Province Second 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jonnel K. Emengga Oic-assistant District Engineer/ Bac Vice Chairperson Dpwh – Mpsdeo Natonin, Mountain Province Mpsdeocar@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: (a) Www.philgeps.gov.ph (b) Www.dpwh.gov.ph For Electronic Bid Submission: Electronicbids_ Mtprovince2@dpwh.gov.ph For Inquiries: Mpsdeocar@gmail.com Approved: Jonnel K. Emengga Oic-assistant District Engineer Bac Vice Chairperson Noted: Roland B. Matias Oic-district Engineer
Closing Date26 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Province Of Romblon Tender
Civil And Construction...+1Civil Works Others
Philippines
Description: Rehabilitation / Concreting Of Sitio Ilaya, Local Road, Lonos, Romblon, Romblon , Construction Projects ,province Of Romblon
Closing Date26 Feb 2025
Tender AmountPHP 999.7 K (USD 17.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Real Estate Service
United States
Details: Pre-solicitation Notice 36c250-25-ap-2106
sam-notice 36c25025r0057
cincinnati Vamc Admin, Ohio
the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For
10,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Cincinnati, Ohio
notice: This Advertisement Is A Notice Of A Potential Opportunity. This Advertisement Is Not A Solicitation For Offers, Nor Is It A Request For Lease Proposals. The Purpose Of This Advertisement Is To Identify Potential Sources And Suitable Locations And Is Not Intended To Pre-qualify Or Disqualify Any Potential Offers. The Government Will Not Pay For Any Costs Incurred As A Result Of This Advertisement. An Rlp May Or May Not Be Released. The Government Cannot Provide Any Warranty, Expressed Or Implied, As To The Accuracy, Reliability, Or Completeness Of Contents Of The Furnished Information Found Within This Advertisement; Government Is Under No Obligation To Respond To And Is Unable To Answer Any Inquiries Regarding This Advertisement. The Naics Code Is 531120 Lessors Of Nonresidential Buildings, And The Small Business Size Standard Is $34 Million.
the Department Of Veterans Affairs (va) Is Also Conducting Market Research, Seeking Capable Sources That Are Classified And Registered At Www.vip.vetbiz.gov As Either Service Disabled Veteran Owned Small Business (sdvosb) Or Veteran Owned Small Business (vosb) That Are Interested In Leasing Space To The Department Of Veterans Affairs.
respondents Are Advised That The Government Assumes No Responsibility To Award A Lease Based Upon Responses To This Advertisement.
contracting Office Address: Network Contracting Office 10, Suite 325 - 8888 Keystone Crossing Indianapolis, In 46240
description: The Department Of Veterans Affairs Seeks To Lease 10,000 Aboa Square Feet (sf) Of Space And 100 Parking Spaces For Use By The Va As A Administrative Building. The Space Shall Be Located Within The Delineated Area Stated Below. Va Will Consider Space Located In An Existing Building As Well As A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. Aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code.
va Will Provide All Detailed Definitions, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project.
lease Term: Not To Exceed 20 Years.
delineated Area: To Receive Consideration, Submitted Properties Must Be Located Within The Following Area Described Below, Which Is Bound By The Following Roads, Or Must Front On Any Of The Following Boundary Lines:
north: Us 562
east: Us 22
south: E Liberty Street, W Liberty Street
west: Interstate 75
see The Below-delineated Area Map For Further Clarification Of The Boundaries Of The Delineated Area.
additional Requirements For Submissions:
offered Space Must Be Located Within One Building.
offered Space Should Preferably Be Located On The First (1st) Floors And One Single Floor.
if The Offered Space Is Above The First (1st) Floor, A Minimum Of One (1) Passenger Elevator And One (1) Combination (passenger/freight) Elevator Must Be Provided.
bifurcated Sites, Inclusive Of Parking, Are Not Permissible.
the Following Space Configurations Will Not Be Considered: Space With Atriums, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage.
column Size Cannot Exceed Two (2) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20 ) Feet
offered Space Cannot Be In The Fema 1-percent-annual-chance Floodplain (formerly Referred To As 100-year Floodplain)
offered Space Must Be Zoned For Va S Intended Use By The Time Initial Offers Are Due.
offered Space Will Not Be Considered If Located In Close Proximity To A Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Dispensaries, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths.
offered Space Will Not Be Considered If Located In Close Proximity To Residential Or Industrial Areas.
offered Space Must Be Located In Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building;
offered Space Will Not Be Considered If The Location Is Irregularly Shaped.
space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building.
offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacies, And Shopping.
offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department;
offered Space Must Be Easily Accessible To Multiple Major Highways Which Provide Multiple Routes Of Travel;
structured Parking Under The Space Is Not Permissible.
offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Solicitation For Offers Or Requests For Proposals.
a Fully Serviced Lease Is Required.
offered Space Must Be Compatible With Va S Intended Use.
all Submissions Must Include The Following Information:
name And Address Of Current Property Owner;
address Or Described Location Of Building;
location On A Map, Demonstrating The Building Lies Within The Delineated Area; A Statement As To Whether The Building Lies Within The Delineated Area;
description Of Ingress/egress To The Building From A Public Right-of-way;
description Of The Uses Of Adjacent Properties;
fema Map Of Location Evidencing Floodplain Status;
a Description Of Any Planned Land Development Or Construction That Will Affect The Site, Including Neighboring Projects And Road/utility Line Construction;
site Plan Depicting The Property Boundaries, Building, And Parking;
a Document Indicating The Type Of Zoning;
a Description Of Any Changes To The Property Necessary To Be Compatible With Va S Intended Use;
building Owners Shall Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Shall Provide Evidence Of Permission Or Authority Granted By The Property Owner To Submit The Building To Va For Development;
any Information Related To Title Issues, Easements, And Restrictions On The Use Of The Building;
a Statement Indicating The Current Availability Of Utilities Serving The Proposed Space Or Property.
if You Are Qualified As A Veteran Owned Small Business (vosb) Or Service-disabled Veteran Owned Small Business (sdvosb) Under Naics Code 531120 Lessors Of Nonresidential Buildings With A Small Business Size Standard Of $34 Million, Please Read The Below Attachment, Entitled, Vosb Or Sdvosb Status . You Are Invited, But Not Required To Submit A Capabilities Statement;
market Survey (estimated): March 2025
occupancy (estimated): Fy 2025-2026
all Interested Parties Must Respond To This Advertisement No Later Than February 28, 2025, At 3:00 P.m. Local Time.
please Submit Your Response (electronic) To:
lisa Newlin Lisa.newlin@va.gov Kenneth Staiduhar - Kenneth.staiduhar@va.gov
danielle Butler - Danielle.butler1@va.gov Lee Grant Lee.grant@va.gov
attachment - Vosb Or Sdvosb Status
this Is Not A Request For Proposals, Only A Request For Information For Planning Purposes, And Does Not Constitute A Solicitation. A Solicitation May Or May Not Be Issued.
the Naics Code For This Procurement Is [531120 Lessors Of Nonresidential Buildings], And The Small Business Size Standard Is [$34 Million]. Responses To This Notice Will Assist In Determining If The Acquisition Should Be Set-aside For Sdvosb Or Vosb Concerns In Accordance With 38 Usc § 8127.
the Magnitude Of The Anticipated Construction/buildout For This Project Is:
__ (a) Less Than $25,000;
__ (b) Between $25,000 And $100,000;
__ (c) Between $100,000 And $250,000;
__ (d) Between $250,000 And $500,000;
__ (e) Between $500,000 And $1,000,000;
__ (f) Between $1,000,000 And $2,000,000;
__ (g) Between $2,000,000 And $5,000,000;
X (h) Between $5,000,000 And $10,000,000;
__ (i) Between $10,000,000 And $20,000,000;
__ (j) Between $20,000,000 And $50,000,000;
__ (k) Between $50,000,000 And $100,000,000;
__ (l) More Than $100,000,000.
va Makes Monthly Rental Payments In Arrears Upon Facility Acceptance And May Elect To Make A Single Lump-sum Payment Or Amortize Over The Course Of The Firm Term For Specified Tenant Improvements. Va Makes No Progress Payments During The Design Or Construction/build-out Phases Of The Project.
project Requirements: This Sources Sought Notice Seeks Information From Potential Offerors Who Are Capable Of Successfully Performing A Lease Contract, Including The Design And Construction Of The Facility Described Above, For A Term Of Up To 20 Years, Inclusive Of All Options, As Well As All Maintenance And Operation Requirements For The Duration Of The Lease Term, At A Fair And Reasonable Price. More Information On Va S Requirements Can Be Found On The Technical Information Library At The Following Link: Https://www.cfm.va.gov/til/leasing.asp .
sdvosb And Vosb Firms Are Invited To Provide Information To Contribute To The Market Research For This Project. Sdvosb And Vosb Firms Must Be Registered In Va S Vendor Information Pages (vip) Site At Https://www.vip.vetbiz.gov/. All Business Concerns Must Have The Technical Skills And Financial Capabilities Necessary To Perform The Stated Requirements. All Business Concerns Are Requested To Submit A Capabilities Statement If They Are Interested In Participating In This Project. A Submission Checklist And Information Sheets Are Provided Below For Firms To Fill Out And Submit, Which Will Serve As The Firm S Capabilities Statement.
capabilities Statement:
1. Company Name, Address, Point Of Contact, Phone Number, Experian Business Identification Number, And E-mail Address;
2. Evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov);
3. Evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov ), Including A Copy Of The Representations And Certifications Made In That System;
4. A Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate Your Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To The Project Described Above. (3-page Limit);
5. Evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability.
although This Notice Focuses On Sdvosb And Vosb, We Encourage All Small Businesses And Other Interested Parties To Respond For Market Research Purposes.
capabilities Statement
submission Checklist And Information Sheet
cincinnati, Oh Lease Sources Sought Notice
company Name: __________________________________________
company Address: __________________________________________
dunn And Bradstreet Number: __________________________________________
uei Number: __________________________________________
point Of Contact: __________________________________________
phone Number: __________________________________________
email Address: __________________________________________
the Following Items Are Attached To This Capabilities Statement:
evidence Of Sdvosb Or Vosb Status Through Registration At Vip (https://www.vip.vetbiz.gov/);
evidence Of Ability To Offer As A Small Business Under Naics Code [531120] And Listing In The System For Award Management (www.sam.gov), With Representations And Certifications;
a Summary Describing At Least Three (3) Projects Of Similar Size And Scope Completed In The Past Five (5) Years That Demonstrate The Company S Experience Designing, Constructing, And Managing Federal Leased Facilities Or Health Care Facilities Relevant To (input Project Specific Nusf). (3-page Limit); And
evidence Of Capability To Obtain Financing For A Project Of This Size.
if Desired, The Company May Also Submit A Narrative Describing Its Capability, Not To Exceed Two (2) Pages.
by: _________________________________________________
(signature)
__________________________________________________
(print Name, Title, Date)
Closing Date28 Feb 2025
Tender AmountRefer Documents
Municipality Of Nunungan, Lanao Del Norte Tender
Civil And Construction...+1Road Construction
Philippines
Description: Rehabilitation Of 1.9km Rarab-mangan Farm To Market Road , Construction Projects ,municipality Of Nunungan, Lanao Del Norte
Closing Date28 Feb 2025
Tender AmountPHP 4.5 Million (USD 77.5 K)
Province Of Romblon Tender
Civil And Construction...+1Road Construction
Philippines
Description: Concreting Of Jao-asan Provincial Road, Magdiwang, Romblon , Construction Projects ,province Of Romblon
Closing Date26 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.9 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Description: 25ce0236: Construction Of Road, Barangay Pinagpanaan, Talavera, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo
Closing Date25 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Pagbilao-tayabas-lucban Diversion Road (pagbilao Side), Package B, Quezon Contract Id No. : 25d00061 Contract Location : Quezon Province Scope Of Works : Proposed Road Opening Up To Gravelling Of 4-lane Carriageway With 1.50 Meters Width Of Shoulder On Both Sides (aggregate Subbase Course, 0.15 Meter Thick). Proposed Construction Of A Gabion-faced Mechanically-stabilized Earth (mse) Retaining Wall On High Embankment Section With Reinforced Concrete Box Culvert (cross-drainage) And Bio-engineering Application (coco-net) On Cut Sides And Slope Protection Using Gabions (0.50m X 1m X 3m, Metallic Coated) And Gabions (1m X 1x X 2m, Metallic Coated) In Fill Sides That Are Less Than Or 6 Meters High. Approved Budget For The Contract : ₱72,375,000.00 Net Length : Construction Of Gravel Road: 4.35 Lane Km. (1,087 Meters); Road Slope Protection Structure: 7,867.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 285 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Atimonan - Mauban Road, Mauban Section, Quezon, Package B Contract Id No. : 25d00077 Contract Location : Quezon Province Scope Of Works : Proposed Four (4) – Lane Concrete Road With Pcc Pavement, Unreinforced, 0.28m Thick, Portland Cement Stabilized Road Mix Base Course (new Soil Aggregate), 0.15m Thick And 1.50m Width Gravel Shoulder (crushed Aggregate Surface Course, 0.15m Thick) On Both Sides. Approved Budget For The Contract : ₱38,600,000.00 Net Length : Construction Of Concrete Road: 2.716 Lane Km Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 150 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Mauban-tignoan Road (mauban Section), Package A, Quezon Contract Id No. : 25d00092 Contract Location : Quezon Province Scope Of Works : Proposed Road Concreting Of 2-lane Carriageway (pcc Pavement (unreinforced), (0.28 M Thick, 14 Days) And 1.50 Meters Width Of Concrete Shoulder (pcc Pavement (unreinforced), (0.23 M Thick, 14 Days) With Construction Of Concrete Open-lined Canal On Both Sides. Proposed Construction Of Gabion-faced Mechanically-stabilized Earth (mse) Retaining Wall On High Embankment At Bridge Approach. Approved Budget For The Contract : ₱48,250,000.00 Net Length : Concrete Road: 1.35 Lane Km. Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 165 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway - K0158 + (-872) – K0158 + (-552), K0162 + 390 - K0162 + 460 Contract Id No. : 25d00100 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 365 Linear Meter (4 Lanes) Total Of 1.460 Lane Kilometer (2 Layer Of Bituminous Concrete Surface) With 40 Meters Of Concrete Re-blocking. Approved Budget For The Contract : ₱29,464,345.00 Net Length : Asphalt Overlay: 365 L.m., 1.460 Lane Km.; Reblocking: 40 L.m., 0.08 Lane Km Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Dasmariñas - General Trias - Tanza Diversion Road, Tanza Section Contract Id No. : 25d00120 Contract Location : Cavite Province Scope Of Works : Road Concreting (280mm Thck Pccp, Unreinforced, 14 Days) Of Existing Gravel Road And Construction Of Slope Protection Structure (stone Masonry). Approved Budget For The Contract : ₱81,494,829.00 Net Length : 974.00 L. M. (4.822 Lane Km); Slope Protection Structure: 14,400.00 Sq.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 285 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Maharlika Highway - K0160 + 315 - K0160 + 560, K0161 + 000 - K0161 + 025, K0163 + 410 - K0163 + 445, K0163 + 495 - K0163 + 755 Contract Id No. : 25d00129 Contract Location : Quezon Province Scope Of Works : Concrete Reblocking Of 522 Linear Meter (2 Lanes) Total Of 1.022 Lane Kilometer With Construction Of Drainage With Total Length Of 490 Linear Meters. Approved Budget For The Contract : ₱18,614,850.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Road Widening - Primary Roads Calamba-sta Cruz-famy Jct Rd - K0062 + 402 - K0063 + 005 Contract Id No. : 25d00138 Contract Location : Laguna Province Scope Of Works : Road Widening Of 572.79 Lm, 1 Lane Carriageway At B/s, Construction Of Roundabout, (20m Central Island, With 3 Circulatory Lanes, Removal Of Existing Structures And Obstructions, Construction Of Splitter Island, Construction Of Rcbc Lateral And Cross Drainage Structures, Construction Of 155.00m Ramp And Stone Masonry Slope Protection Near Calamba Water District, Removal And Relocation Of Existing Street Lamp Post, Installation Of Pavement Markings And Road Signages, Asphalt Overlay At Proposed Detour. Reconstruction Of Existing Road, 640 Lm Along Csfj To Bucal Bypass Road. Approved Budget For The Contract : ₱156,330,000.00 Net Length : Road Widening: 1.19 Lane Km; Drainage:1,412.00 L.m. Slope Protection: 2,039 Sq.m Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/ Reconstruction/ Upgrading Of Damaged Paved Roads - Primary Roads Maharlika Highway – K0223 + 522 - K0223 + 858 Contract Id No. : 25d00144 Contract Location : Quezon Province Scope Of Works : Concrete Reblocking Of 336 Linear Meter (2 Lanes) Total Of 0.672 Lane Kilometer With Construction Of Drainage With Total Length Of 456 Linear Meters. Approved Budget For The Contract : ₱14,825,295.00 Net Length : Reblocking: 336 L.m., 0.672 Lane Km; Drainage: 456 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Breakwater (phase 2) At Barangay Ithan, Binangonan, Rizal Contract Id No. : 25d00159 Contract Location : Rizal Province Scope Of Works : Construction Of Rubble Concrete Breakwater Structure With Boulder Fill Base, Two-lane Concrete Pavement On Top, Parapet Wall, And Boat Access Built Using Flat Slab And Spread Footing. The Project Requires Coffer Damming During The Construction Process. Approved Budget For The Contract : ₱48,250,000.00 Net Length : Flood Mitigation Structure : 290.00 M. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Breakwater At Barangay Ithan, Binangonan, Rizal Contract Id No. : 25d00164 Contract Location : Rizal Province Scope Of Works : Construction Of Rubble Concrete Breakwater Structure With Boulder Fill Base, Two-lane Concrete Pavement On Top, Parapet Wall, And Boat Access Built Using Flat Slab And Spread Footing. The Project Requires Coffer Damming During The Construction Process. Approved Budget For The Contract : ₱48,250,000.00 Net Length : Flood Mitigation Structure : 290.00 M. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation/application Of Road Safety Facilities (pavement Markings, Road Signs, Barrier, Off-carriageway Improvement) Along Maharlika Highway (manila South Road) - K0029 + 600 - K0030 + 600 Contract Id No. : 25d00174 Contract Location : Laguna Province Scope Of Works : Installation Of Road Safety Facilities (pavement Markings, Road Signs). Approved Budget For The Contract : ₱2,209,850.00 Net Length : 985 L.m. Road Safety Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 45 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱5,000.00 12. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Tagkawayan-labo Diversion Road (tagkawayan Section), Package D, Quezon Contract Id No. : 25d00179 Contract Location : Quezon Province Scope Of Works : Opening Of 4 Lane Gravel Road Up To Road Concreting (0.28m. Thick), Aggregate Subbase Course (0.25m. Thick), Crushed Aggregate Surface Course (0.15m. Thick), Stone Masonry, Metal Guardrail, Metal Beam End Piece And Installation Of Reflectorized Thermoplastic Pavement Markings (white). Approved Budget For The Contract : ₱110,975,000.00 Net Length : 1,505.00 L.m. (6.02 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 225 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 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 13, 2025 @ 02:00 P.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before February 27, 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 27, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 05, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date27 Feb 2025
Tender AmountPHP 48.2 Million (USD 831.4 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Description: Roads: Construction – Pccp Cost Of Bidding Documents: Php 5,000.00 Source Of Fund: Sr2024-12-023331 Interested Bidders May Obtain Further Information From Department Of Public Works And Highways – Cebu City District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m.. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4 - 19, 2025, 8:30 A.m. From 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 A Fee Stated Above. The Department Of Public Works And Highways – Cebu City District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025, 10:00 A.m. At Conference Hall Of Cebu City District Engineering Office, V. Sotto St., Brgy. Tinago, Cebu City And Through Youtube Live, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cebucity@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025, 10:00 A.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 19, 2025, At 10:00 A.m. Immediately After The Deadline Of Dropping Of Bids At The Conference Hall Of Cebu City District Engineering Office, V. Sotto St., Brgy. Tinago, Cebu City And Through Youtube Live. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Stated. The Department Of Public Works And Highways – Cebu City 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Sharinah A. Batocapala Procurement Unit Head (032)- 256-1955 You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_cebucity@dpwh.gov.ph Approved: Jeremia H. Gabuya Vice-bac Chairman Noted Manolo B. Madronio, Jr. Oic-district Engineer
Closing Soon19 Feb 2025
Tender AmountPHP 4.8 Million (USD 83.1 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 25ob0002 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Secondary Roads - Shaw Blvd - K0008 + 133 - K0010 + 475 Location : Mandaluyong City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 27,431,568.60 Contract Duration : 60 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d B) Contract Id No. : 25ob0005 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Boni Ave - K0009 + 498 - K0011 + 415 Location : Mandaluyong City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 22,744,675.64 Contract Duration : 60 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d C) Contract Id No. : 25ob0010 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Pioneer - Boni Tunnel - (s03929lz) Chainage 000 - Chainage 441 Location : Mandaluyong City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 9,799,391.00 Contract Duration : 60 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d D) Contract Id No. : 25ob0021 Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Plainview, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 29,699,990.98 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d E) Contract Id No. : 25ob0033 Name Of Contract : Rehabilitation Of Road, Phase 2, Barangay Kalumpang, Marikina City Location : City Of Marikina First District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 19,799,662.02 Contract Duration : 75 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d F) Contract Id No. : 25ob0034 Name Of Contract : Rehabilitation Of Road, Phase 2, Barangay San Roque, Marikina City Location : City Of Marikina First District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 9,899,583.94 Contract Duration : 45 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d G) Contract Id No. : 25ob0035 Name Of Contract : Rehabilitation Of Road, Phase 2, Barangay Santo Niño, Marikina City Location : City Of Marikina First District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 19,799,729.89 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d H) Contract Id No. : 25ob0041 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Bayanbayan Ave - K0018 + 000 - K0018 + 376 Location : City Of Marikina Second District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 29,357,041.83 Contract Duration : 45 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d I) Contract Id No. : 25ob0094 Name Of Contract : Rehabilitation Of Multi-purpose Building, Barangay Kapitolyo, Pasig City Location : Pasig City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 14,849,996.10 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d J) Contract Id No. : 25ob0144 Name Of Contract : Rehabilitation Of Bagong Kalsada St. Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 29,399,443.77 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d K) Contract Id No. : 25ob0216 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - Barangka Viaduct (flyover) (b01720lz) Along A Bonifacio Ave Location : City Of Marikina First District Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 9,649,984.02 Contract Duration : 75 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d L) Contract Id No. : 25ob0217 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - Marcos Br. (b01752lz) Along Marcos Highway Location : City Of Marikina First District Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 9,649,922.42 Contract Duration : 75 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d M) Contract Id No. : 25ob0220 Name Of Contract : Retrofitting/strengthening Of Permanent Bridge - C5/ortigas Flyover (b03319lz) Along C5- Ortigas Flyover Location : Pasig City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 20,264,881.93 Contract Duration : 105 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d N) Contract Id No. : 25ob0221 Name Of Contract : Rehabilitation/major Repair Of Permanent Bridge - C5/ortigas Interchange (b03320lz) Along C-5 Ortigas Interchange Location : Pasig City Scope Of Works : Bridges: Retrofitting - Concrete (superstructure) - Without Piles Approved Budget For The Contract : Php 9,649,984.85 Contract Duration : 75 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d O) Contract Id No. : 25ob0222 Name Of Contract : Rehabilitation Of Road Within The Dost Bicutan Compound, Taguig City Location : Taguig City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 6,465,139.63 Contract Duration : 60 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d P) Contract Id No. : 25ob0250 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Edsa-shaw Flyover (eb) - Chainage 0 - Chainage 751 Location : Mandaluyong City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 23,029,476.76 Contract Duration : 60 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Q) Contract Id No. : 25ob0251 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Manila East Road - K0015 + (-478) - K0015 + (-145) Location : Pasig City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 12,139,760.91 Contract Duration : 30 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d R) Contract Id No. : 25ob0252 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Sumulong H-way - K0016 + 035 - K0016 + 083 Location : City Of Marikina First District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 2,481,862.20 Contract Duration : 30 Calendar Days Cost Of Bid Documents : Php 5,000.00 Pcab License Category : Small B - C&d S) Contract Id No. : 25ob0255 Name Of Contract : Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Edsa-shaw Flyover (wb) - Chainage 0 - Chainage 208, Chainage 329 - Chainage 688.5 Location : Mandaluyong City Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 11,023,118.60 Contract Duration : 45 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d T) Contract Id No. : 25ob0273 Name Of Contract : Rehabilitation Of Drainage System At Barangay Pinagbuhatan And Vicinity, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 24,749,315.32 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d U) Contract Id No. : 25ob0274 Name Of Contract : Rehabilitation Of Drainage System At Isla Homes And Vicinity, Brgy. Pinagbuhatan, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 19,799,675.16 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d V) Contract Id No. : 25ob0275 Name Of Contract : Rehabilitation Of Drainage System Including Roads At Karangalan Village, Barangay Manggahan, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 19,799,810.68 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d W) Contract Id No. : 25ob0276 Name Of Contract : Rehabilitation Of Drainage System Including Roads At Napico And Vicinity, Barangay Manggahan (phase 1), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 19,599,211.27 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d X) Contract Id No. : 25ob0277 Name Of Contract : Rehabilitation Of Drainage System Including Roads At Napico And Vicinity, Barangay Manggahan (phase 2), Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 19,599,482.42 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Y) Contract Id No. : 25ob0278 Name Of Contract : Rehabilitation Of Drainage System Along Pasig Boulevard, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 4,899,130.76 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 5,000.00 Pcab License Category : Small B - C&d Z) Contract Id No. : 25ob0280 Name Of Contract : Rehabilitation Of Drainage System At Napico, Barangay Manggahan, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 19,599,975.59 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Aa) Contract Id No. : 25ob0281 Name Of Contract : Rehabilitation Of Drainage System At Barangay Pinagbuhatan, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 29,399,708.24 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Bb) Contract Id No. : 25ob0286 Name Of Contract : Installation Of Road Safety Devices Along Paraiso Street, Panday Pira Street, Palaris Street, Pilapil Street, Pingkian Street, Parnaso Street, Cruz And Victoria Compound, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 19,599,370.35 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Cc) Contract Id No. : 25ob0299 Name Of Contract : Installation Of Road Safety Devices, Nangka Centro, Barangay Nangka, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 4,896,531.80 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 5,000.00 Pcab License Category : Small B - C&d Dd) Contract Id No. : 25ob0303 Name Of Contract : Rehabilitation Of T. Rayos St., Barangay Ligid, Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,799,867.54 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Ee) Contract Id No. : 25ob0304 Name Of Contract : Rehabilitation Of Road And Alley At Barangay Bambang, Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,649,948.15 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Ff) Contract Id No. : 25ob0305 Name Of Contract : Rehabilitation Of Road At Barangay Wawa, Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,649,946.66 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Gg) Contract Id No. : 25ob0313 Name Of Contract : Rehabilitation Of Road Network, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,897,288.43 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Hh) Contract Id No. : 25ob0336 Name Of Contract : Rehabilitation Of Multi-purpose Building, Barangay Sumilang, Pasig City Location : Pasig City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 14,849,997.21 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Ii) Contract Id No. : 25ob0337 Name Of Contract : Construction Of Barangay Tabacalera Barangay Hall, Pateros, Metro Manila Location : Pateros, Metro Manila Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 6,929,508.78 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Jj) Contract Id No. : 25ob0338 Name Of Contract : Construction Of Multi-purpose Building, Alviar Compound, Sta. Ana, Pateros, Metro Manila Location : Pateros, Metro Manila Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 14,699,930.60 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Kk) Contract Id No. : 25ob0339 Name Of Contract : Rehabilitation Of Pateros Elementary School Gymnasium, Barangay San Pedro, Pateros, Metro Manila Location : Pateros, Metro Manila Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 17,819,543.80 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Ll) Contract Id No. : 25ob0347 Name Of Contract : Construction Of Multi-purpose Building, Fernando St., Barangay Pleasant Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 29,699,852.02 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Mm) Contract Id No. : 25ob0397 Name Of Contract : Construction/rehabilitation Of Multi-purpose Building (barangay Hall), Concepcion Dos, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,899,866.47 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Nn) Contract Id No. : 25ob0407 Name Of Contract : Completion Of Multi-purpose Builidng At Marikina Polytechnic College Library, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 19,599,508.10 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Oo) Contract Id No. : 25ob0449 Name Of Contract : Construction Of Dost North Compound Perimeter Road Within The Dost Bicutan Compound, Taguig City Location : Taguig City Scope Of Works : Roads: Construction - Pccp Approved Budget For The Contract : Php 19,299,611.95 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Pp) Contract Id No. : 25ob0458 Name Of Contract : Construction (completion) Of Multi-purpose Building (government Center), Barangay St. Joseph, San Juan City (package 13-a) Location : San Juan City Scope Of Works : Buildings: Construction - Without Piles - High Rise - Concrete (frame) (6 And Above Storeys) Approved Budget For The Contract : Php 17,819,167.63 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City During Weekdays From 7:00 A.m To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 05, 2025 - February 27, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Specified In Each Contract 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 14, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before February 27, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 27, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Eduardo B. Del Rosario Chief, Construction Section Bac Chairman Noted: Aristotle B. Ramos District Engineer
Closing Date27 Feb 2025
Tender AmountPHP 19.5 Million (USD 337.7 K)
1701-1710 of 4010 active Tenders