Road Construction Tenders

Road Construction Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Sources Sought Notice 36c250-24-ap-2693 modification No. 3 sam-notice 36c25024r0112 manistee, Michigan the U.s. Department Of Veterans Affairs (va) Seeks Expressions Of Interest For 7,000 American National Standards Institute/building Owners & Managers Association (ansi/boma) Of Space In Manistee, Michigan 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 7,000 Aboa Square Feet (sf) Of Space And 50 Parking Spaces For Use By The Va As A Community-based Outpatient Clinic (cboc). 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: Memorial Dr, Dontz Rd, W. Kott Rd, E. Kott Rd west: Sr 110/lakeshore Rd, Cleveland St/arthur St, Maple Street, Us31/manistee Hwy south: Red Apple Rd, 4th Ave/stronach Rd, Flier City Road/huer Hill Rd, Us31, M55/gold Star Mothers Mem Hwy, east: Stronach Rd; M55/gold Star Mothers Mem Hwy, Sr 22, Siuda Rd, Huer Hill Rd 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 100-year Flood Plain. 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; description Of Ingress/egress To The Building From A Public Right-of-way; a Statement As To Whether The Building Lies Within The Delineated Area; 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; floor Plan, Parking Plan, And Aboa/rsf/nusf, Of Proposed Space; 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): October Or November 2024 occupancy (estimated): 2025 all Interested Parties Must Respond To This Advertisement No Later Than October 4, 2024, At 3:00 P.m. Local Time. please Submit Your Response (electronic) To: lisa Newlin Lisa.newlin@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; X (g) Between $2,000,000 And $5,000,000; __ (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 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 manistee, Mi 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 Soon4 Oct 2024
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 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 : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 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 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 September 26 – October 16, 2024 @ 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 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 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 October 16, 2024 @ 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 October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 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. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4
Closing Date16 Oct 2024
Tender AmountPHP 49 Million (USD 876.1 K)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 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 : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 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 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 September 26 – October 16, 2024 @ 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 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 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 October 16, 2024 @ 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 October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 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. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4
Closing Date16 Oct 2024
Tender AmountPHP 96.5 Million (USD 1.7 Million)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 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 : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 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 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 September 26 – October 16, 2024 @ 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 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 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 October 16, 2024 @ 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 October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 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. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4
Closing Date16 Oct 2024
Tender AmountPHP 96.5 Million (USD 1.7 Million)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 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 : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 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 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 September 26 – October 16, 2024 @ 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 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 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 October 16, 2024 @ 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 October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 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. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4
Closing Date16 Oct 2024
Tender AmountPHP 49 Million (USD 876.1 K)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Ib: 25df0001-25df0005 21d00042, 21page 1 Of 4 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 : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Malabon Grande- San Juan - Mulawin Diversion Road, Tanza Section, Segment 6, Tanza, Cavite Contract Id No. : 25df0001 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road With Drainage Net Length : 1.70 Km Road, W = 3.50 M With 851.20 M Drainage (36” Rcpc) Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 211 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 2. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0002 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Rio Grande River, Phase 2, Barangay Pasong Kawayan (east Side), General Trias City, Cavite Contract Id No. : 25df0003 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Revetment Net Length : 245.20 Lm Revetment Approved Budget For The Contract : ₱ 49,000,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0001-25df0005 21d00042, 21page 2 Of 4 4. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, West Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0004 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Revetment Along Taguilid River, Phase 2, East Section, Barangay Marulas, Kawit, Cavite Contract Id No. : 25df0005 Contract Location : Kawit, Cavite Scope Of Works : Construction Of Revetment Net Length : 598.00 Lm Revetment Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 277 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 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 September 26 – October 16, 2024 @ 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 Ib: 25df0001-25df0005 21d00042, 21page 3 Of 4 St District Engineering Office, Will Hold A Prebid Conference On October 3, 2024 @ 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 October 16, 2024 @ 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 October 16, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 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. September 26, 2024 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0001-25df0005 21d00042, 21page 4 Of 4
Closing Date16 Oct 2024
Tender AmountPHP 49 Million (USD 876.1 K)

Department Of Public Works And Highways Tender

Philippines
Details: Description Invitation To Bid September 12, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0001 Contract Name : Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse And Landslide - Secondary Roads - Biliran Circumferential Rd., K1090+747 - K1091+260, K1091+103 - K1091+237, K1092+000 – K1092+580. Contract Location : Brgy. Asug, Caibiran, Biliran 124.613575°,11.535265° To 124.618062°,11.534377°, 124.615580°, 11.535333° To 124.616205°,11.535113°, 124.616787°,11.535072° To 124.618008°,11.534603° 124.614828°,11.528873° To 124.613495°,11.528283°, 124.614828°,11.528873° To 124.611398°,11.527380° Project Description/scope Of Work : Construction Of 1520ln.m./4560sq.m. Slope Protection Structure Approved Budget For The Contract : P 96,498,000.00 Contract Duration : 295.00 C.d. Cost Of Bidding Documents : P 50,000.00 2. Procurement Id/contract Id : 25ia0002 Contract Name : Network Development - Construction Of By-pass Roads And Diversion Roads - Almeria By-pass Road, Biliran Contract Location : Brgy. Poblacion, Almeria, Biliran 0+754-0+845 Rs, 0+775-0+839 Ls 124.384267°, 11.621832° To 124.383805°, 11.622498° Rs, 124.384187°, 11.621963° To 124.383817°, 11.622445° Ls Project Description/scope Of Work : Construction Of 155ln.m. /1622.418sq.m. Slope Protection Structure Approved Budget For The Contract : P 9,798,001.02 Contract Duration : 184.00 Cd Cost Of Bidding Documents : P 10,000.00 3. Procurement Id/contract Id : 25ia0003 Contract Name : Rehabilitation/ Improvement Of Access Road Leading To Declared Tourism Destinations, Pondol Falls, Almeria, Biliran Contract Location : Almeria, Biliran (11.610373, 124.408678 To 11.62165, 124.418138) Location-1 (11.606132, 124.397945 To 11.604031, 124.391443) Location-2 Project Description/scope Of Work : Road Rehabilitation Of 5.560 Lane Kilometers, 0.23m Thick & 6.1m Width With Drainage And Slope Protection Structures. Approved Budget For The Contract : P 96,493,794.53 Contract Duration : 335.00 C.d. Cost Of Bidding Documents : P 50,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0004 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd, K1081+850 - K1083+026 Contract Location : Caibiran, Biliran (11.561821°, 124.55477° - 11.561031°, 124.563119°) Project Description/scope Of Work : Road Concreting Of 1.605 Lane Km With Shouldering, Drainage, Slope Protection And Solar Lightings Approved Budget For The Contract : P 48,998,244.83 Contract Duration : 240.00 C.d. Cost Of Bidding Documents : P 25,000.00 5. Procurement Id/contract Id : 25ia0005 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd, K1022+910 - K1023+500 Contract Location : Naval, Biliran (11.552709°, 124.417623° - 11.555853°, 124.41405°) Project Description/scope Of Work : Road Concreting Of 1.092 Lane Km With Shouldering And Construction Drainage Structure Approved Budget For The Contract : P 29,398,073.68 Contract Duration : 220.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0006 Contract Name : Construction Of Santol Flood Control Structure Along Biliran Circumferential Road, Biliran, Biliran Contract Location : Biliran, Biliran (124.469607°, 11.472174° - 124.468251°, 11.471423°) Project Description/scope Of Work : Construction Of 790.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 48,998,465.25 Contract Duration : 246.00 C.d. Cost Of Bidding Documents : P 25,000.00 7. Procurement Id/contract Id : 25ia0007 Contract Name : Construction Of Flood Control Structure, Phase Iii, Barangay Agpangi, Naval, Biliran Contract Location : Barangay Agpangi, Naval, Biliran Ls:(11.591136,124.398999 To 11.591468,124.398741) & Rs:(11.591294,124.399698 To 11.591468,124.398741) Project Description/scope Of Work : Construction Of 252.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,799.72 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 25,000.00 8. Procurement Id/contract Id : 25ia0008 Contract Name : Construction Of Flood Control Structure, Barangay Padre Sergio Eamiguel, Naval, Biliran Contract Location : Brgy. P.s. Eamiguel, Naval, Biliran (11.591199, 124.433197 To 11.59128, 124.433361) Project Description/scope Of Work : Construction Of 240.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,993.92 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 25,000.00 Page 3 Of 4 9. Procurement Id/contract Id : 25ia0009 Contract Name : Construction Of Alawihaw Flood Control Along Naval - Caibiran Cross Country Road, Phase 2, Naval, Biliran Contract Location : Naval, Biliran (124.459730°, 11.579280° - 124.459718°, 11.578795°) Project Description/scope Of Work : Construction Of 220.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,432.53 Contract Duration : 128.00 C.d. Cost Of Bidding Documents : P 25,000.00 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, 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 Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting September 13, 2024 – October 2, 2024 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents September 13, 2024 – October 2, 2024 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference September 20, 2024; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids October 2, 2024, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids October 2, 2024; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 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 The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. Page 4 Of 4 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_biliran For Electronic Submission On Or Before October 2, 2024 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On October 2, 2024 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Oic- Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito September 12, 2024
Closing Soon2 Oct 2024
Tender AmountPHP 14.6 Million (USD 262.8 K)

Department Of Public Works And Highways Tender

Philippines
Details: Description Invitation To Bid September 12, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0001 Contract Name : Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse And Landslide - Secondary Roads - Biliran Circumferential Rd., K1090+747 - K1091+260, K1091+103 - K1091+237, K1092+000 – K1092+580. Contract Location : Brgy. Asug, Caibiran, Biliran 124.613575°,11.535265° To 124.618062°,11.534377°, 124.615580°, 11.535333° To 124.616205°,11.535113°, 124.616787°,11.535072° To 124.618008°,11.534603° 124.614828°,11.528873° To 124.613495°,11.528283°, 124.614828°,11.528873° To 124.611398°,11.527380° Project Description/scope Of Work : Construction Of 1520ln.m./4560sq.m. Slope Protection Structure Approved Budget For The Contract : P 96,498,000.00 Contract Duration : 295.00 C.d. Cost Of Bidding Documents : P 50,000.00 2. Procurement Id/contract Id : 25ia0002 Contract Name : Network Development - Construction Of By-pass Roads And Diversion Roads - Almeria By-pass Road, Biliran Contract Location : Brgy. Poblacion, Almeria, Biliran 0+754-0+845 Rs, 0+775-0+839 Ls 124.384267°, 11.621832° To 124.383805°, 11.622498° Rs, 124.384187°, 11.621963° To 124.383817°, 11.622445° Ls Project Description/scope Of Work : Construction Of 155ln.m. /1622.418sq.m. Slope Protection Structure Approved Budget For The Contract : P 9,798,001.02 Contract Duration : 184.00 Cd Cost Of Bidding Documents : P 10,000.00 3. Procurement Id/contract Id : 25ia0003 Contract Name : Rehabilitation/ Improvement Of Access Road Leading To Declared Tourism Destinations, Pondol Falls, Almeria, Biliran Contract Location : Almeria, Biliran (11.610373, 124.408678 To 11.62165, 124.418138) Location-1 (11.606132, 124.397945 To 11.604031, 124.391443) Location-2 Project Description/scope Of Work : Road Rehabilitation Of 5.560 Lane Kilometers, 0.23m Thick & 6.1m Width With Drainage And Slope Protection Structures. Approved Budget For The Contract : P 96,493,794.53 Contract Duration : 335.00 C.d. Cost Of Bidding Documents : P 50,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0004 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd, K1081+850 - K1083+026 Contract Location : Caibiran, Biliran (11.561821°, 124.55477° - 11.561031°, 124.563119°) Project Description/scope Of Work : Road Concreting Of 1.605 Lane Km With Shouldering, Drainage, Slope Protection And Solar Lightings Approved Budget For The Contract : P 48,998,244.83 Contract Duration : 240.00 C.d. Cost Of Bidding Documents : P 25,000.00 5. Procurement Id/contract Id : 25ia0005 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd, K1022+910 - K1023+500 Contract Location : Naval, Biliran (11.552709°, 124.417623° - 11.555853°, 124.41405°) Project Description/scope Of Work : Road Concreting Of 1.092 Lane Km With Shouldering And Construction Drainage Structure Approved Budget For The Contract : P 29,398,073.68 Contract Duration : 220.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0006 Contract Name : Construction Of Santol Flood Control Structure Along Biliran Circumferential Road, Biliran, Biliran Contract Location : Biliran, Biliran (124.469607°, 11.472174° - 124.468251°, 11.471423°) Project Description/scope Of Work : Construction Of 790.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 48,998,465.25 Contract Duration : 246.00 C.d. Cost Of Bidding Documents : P 25,000.00 7. Procurement Id/contract Id : 25ia0007 Contract Name : Construction Of Flood Control Structure, Phase Iii, Barangay Agpangi, Naval, Biliran Contract Location : Barangay Agpangi, Naval, Biliran Ls:(11.591136,124.398999 To 11.591468,124.398741) & Rs:(11.591294,124.399698 To 11.591468,124.398741) Project Description/scope Of Work : Construction Of 252.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,799.72 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 25,000.00 8. Procurement Id/contract Id : 25ia0008 Contract Name : Construction Of Flood Control Structure, Barangay Padre Sergio Eamiguel, Naval, Biliran Contract Location : Brgy. P.s. Eamiguel, Naval, Biliran (11.591199, 124.433197 To 11.59128, 124.433361) Project Description/scope Of Work : Construction Of 240.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,993.92 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 25,000.00 Page 3 Of 4 9. Procurement Id/contract Id : 25ia0009 Contract Name : Construction Of Alawihaw Flood Control Along Naval - Caibiran Cross Country Road, Phase 2, Naval, Biliran Contract Location : Naval, Biliran (124.459730°, 11.579280° - 124.459718°, 11.578795°) Project Description/scope Of Work : Construction Of 220.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,432.53 Contract Duration : 128.00 C.d. Cost Of Bidding Documents : P 25,000.00 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, 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 Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting September 13, 2024 – October 2, 2024 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents September 13, 2024 – October 2, 2024 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference September 20, 2024; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids October 2, 2024, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids October 2, 2024; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 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 The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. Page 4 Of 4 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_biliran For Electronic Submission On Or Before October 2, 2024 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On October 2, 2024 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Oic- Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito September 12, 2024
Closing Soon2 Oct 2024
Tender AmountPHP 96.4 Million (USD 1.7 Million)

Department Of Public Works And Highways Tender

Philippines
Details: Description Invitation To Bid September 12, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0001 Contract Name : Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse And Landslide - Secondary Roads - Biliran Circumferential Rd., K1090+747 - K1091+260, K1091+103 - K1091+237, K1092+000 – K1092+580. Contract Location : Brgy. Asug, Caibiran, Biliran 124.613575°,11.535265° To 124.618062°,11.534377°, 124.615580°, 11.535333° To 124.616205°,11.535113°, 124.616787°,11.535072° To 124.618008°,11.534603° 124.614828°,11.528873° To 124.613495°,11.528283°, 124.614828°,11.528873° To 124.611398°,11.527380° Project Description/scope Of Work : Construction Of 1520ln.m./4560sq.m. Slope Protection Structure Approved Budget For The Contract : P 96,498,000.00 Contract Duration : 295.00 C.d. Cost Of Bidding Documents : P 50,000.00 2. Procurement Id/contract Id : 25ia0002 Contract Name : Network Development - Construction Of By-pass Roads And Diversion Roads - Almeria By-pass Road, Biliran Contract Location : Brgy. Poblacion, Almeria, Biliran 0+754-0+845 Rs, 0+775-0+839 Ls 124.384267°, 11.621832° To 124.383805°, 11.622498° Rs, 124.384187°, 11.621963° To 124.383817°, 11.622445° Ls Project Description/scope Of Work : Construction Of 155ln.m. /1622.418sq.m. Slope Protection Structure Approved Budget For The Contract : P 9,798,001.02 Contract Duration : 184.00 Cd Cost Of Bidding Documents : P 10,000.00 3. Procurement Id/contract Id : 25ia0003 Contract Name : Rehabilitation/ Improvement Of Access Road Leading To Declared Tourism Destinations, Pondol Falls, Almeria, Biliran Contract Location : Almeria, Biliran (11.610373, 124.408678 To 11.62165, 124.418138) Location-1 (11.606132, 124.397945 To 11.604031, 124.391443) Location-2 Project Description/scope Of Work : Road Rehabilitation Of 5.560 Lane Kilometers, 0.23m Thick & 6.1m Width With Drainage And Slope Protection Structures. Approved Budget For The Contract : P 96,493,794.53 Contract Duration : 335.00 C.d. Cost Of Bidding Documents : P 50,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0004 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd, K1081+850 - K1083+026 Contract Location : Caibiran, Biliran (11.561821°, 124.55477° - 11.561031°, 124.563119°) Project Description/scope Of Work : Road Concreting Of 1.605 Lane Km With Shouldering, Drainage, Slope Protection And Solar Lightings Approved Budget For The Contract : P 48,998,244.83 Contract Duration : 240.00 C.d. Cost Of Bidding Documents : P 25,000.00 5. Procurement Id/contract Id : 25ia0005 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd, K1022+910 - K1023+500 Contract Location : Naval, Biliran (11.552709°, 124.417623° - 11.555853°, 124.41405°) Project Description/scope Of Work : Road Concreting Of 1.092 Lane Km With Shouldering And Construction Drainage Structure Approved Budget For The Contract : P 29,398,073.68 Contract Duration : 220.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0006 Contract Name : Construction Of Santol Flood Control Structure Along Biliran Circumferential Road, Biliran, Biliran Contract Location : Biliran, Biliran (124.469607°, 11.472174° - 124.468251°, 11.471423°) Project Description/scope Of Work : Construction Of 790.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 48,998,465.25 Contract Duration : 246.00 C.d. Cost Of Bidding Documents : P 25,000.00 7. Procurement Id/contract Id : 25ia0007 Contract Name : Construction Of Flood Control Structure, Phase Iii, Barangay Agpangi, Naval, Biliran Contract Location : Barangay Agpangi, Naval, Biliran Ls:(11.591136,124.398999 To 11.591468,124.398741) & Rs:(11.591294,124.399698 To 11.591468,124.398741) Project Description/scope Of Work : Construction Of 252.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,799.72 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 25,000.00 8. Procurement Id/contract Id : 25ia0008 Contract Name : Construction Of Flood Control Structure, Barangay Padre Sergio Eamiguel, Naval, Biliran Contract Location : Brgy. P.s. Eamiguel, Naval, Biliran (11.591199, 124.433197 To 11.59128, 124.433361) Project Description/scope Of Work : Construction Of 240.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,993.92 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 25,000.00 Page 3 Of 4 9. Procurement Id/contract Id : 25ia0009 Contract Name : Construction Of Alawihaw Flood Control Along Naval - Caibiran Cross Country Road, Phase 2, Naval, Biliran Contract Location : Naval, Biliran (124.459730°, 11.579280° - 124.459718°, 11.578795°) Project Description/scope Of Work : Construction Of 220.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,432.53 Contract Duration : 128.00 C.d. Cost Of Bidding Documents : P 25,000.00 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, 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 Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting September 13, 2024 – October 2, 2024 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents September 13, 2024 – October 2, 2024 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference September 20, 2024; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids October 2, 2024, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids October 2, 2024; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 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 The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. Page 4 Of 4 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_biliran For Electronic Submission On Or Before October 2, 2024 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On October 2, 2024 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Oic- Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito September 12, 2024
Closing Soon2 Oct 2024
Tender AmountPHP 48.9 Million (USD 876.1 K)

Department Of Public Works And Highways Tender

Philippines
Details: Description Invitation To Bid September 12, 2024 1. The Dpwh–biliran District Engineering Office, Through Gaa Fy-2025, Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening And Declared Non-complying/failed. 2. The Dpwh–biliran District Engineering Office, Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Procurement Id/contract Id : 25ia0001 Contract Name : Rehabilitation/reconstruction Of Roads With Slips, Slope Collapse And Landslide - Secondary Roads - Biliran Circumferential Rd., K1090+747 - K1091+260, K1091+103 - K1091+237, K1092+000 – K1092+580. Contract Location : Brgy. Asug, Caibiran, Biliran 124.613575°,11.535265° To 124.618062°,11.534377°, 124.615580°, 11.535333° To 124.616205°,11.535113°, 124.616787°,11.535072° To 124.618008°,11.534603° 124.614828°,11.528873° To 124.613495°,11.528283°, 124.614828°,11.528873° To 124.611398°,11.527380° Project Description/scope Of Work : Construction Of 1520ln.m./4560sq.m. Slope Protection Structure Approved Budget For The Contract : P 96,498,000.00 Contract Duration : 295.00 C.d. Cost Of Bidding Documents : P 50,000.00 2. Procurement Id/contract Id : 25ia0002 Contract Name : Network Development - Construction Of By-pass Roads And Diversion Roads - Almeria By-pass Road, Biliran Contract Location : Brgy. Poblacion, Almeria, Biliran 0+754-0+845 Rs, 0+775-0+839 Ls 124.384267°, 11.621832° To 124.383805°, 11.622498° Rs, 124.384187°, 11.621963° To 124.383817°, 11.622445° Ls Project Description/scope Of Work : Construction Of 155ln.m. /1622.418sq.m. Slope Protection Structure Approved Budget For The Contract : P 9,798,001.02 Contract Duration : 184.00 Cd Cost Of Bidding Documents : P 10,000.00 3. Procurement Id/contract Id : 25ia0003 Contract Name : Rehabilitation/ Improvement Of Access Road Leading To Declared Tourism Destinations, Pondol Falls, Almeria, Biliran Contract Location : Almeria, Biliran (11.610373, 124.408678 To 11.62165, 124.418138) Location-1 (11.606132, 124.397945 To 11.604031, 124.391443) Location-2 Project Description/scope Of Work : Road Rehabilitation Of 5.560 Lane Kilometers, 0.23m Thick & 6.1m Width With Drainage And Slope Protection Structures. Approved Budget For The Contract : P 96,493,794.53 Contract Duration : 335.00 C.d. Cost Of Bidding Documents : P 50,000.00 Page 2 Of 4 4. Procurement Id/contract Id : 25ia0004 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd, K1081+850 - K1083+026 Contract Location : Caibiran, Biliran (11.561821°, 124.55477° - 11.561031°, 124.563119°) Project Description/scope Of Work : Road Concreting Of 1.605 Lane Km With Shouldering, Drainage, Slope Protection And Solar Lightings Approved Budget For The Contract : P 48,998,244.83 Contract Duration : 240.00 C.d. Cost Of Bidding Documents : P 25,000.00 5. Procurement Id/contract Id : 25ia0005 Contract Name : Network Development - Road Widening - Secondary Roads - Biliran Circumferential Rd, K1022+910 - K1023+500 Contract Location : Naval, Biliran (11.552709°, 124.417623° - 11.555853°, 124.41405°) Project Description/scope Of Work : Road Concreting Of 1.092 Lane Km With Shouldering And Construction Drainage Structure Approved Budget For The Contract : P 29,398,073.68 Contract Duration : 220.00 C.d. Cost Of Bidding Documents : P 25,000.00 6. Procurement Id/contract Id : 25ia0006 Contract Name : Construction Of Santol Flood Control Structure Along Biliran Circumferential Road, Biliran, Biliran Contract Location : Biliran, Biliran (124.469607°, 11.472174° - 124.468251°, 11.471423°) Project Description/scope Of Work : Construction Of 790.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 48,998,465.25 Contract Duration : 246.00 C.d. Cost Of Bidding Documents : P 25,000.00 7. Procurement Id/contract Id : 25ia0007 Contract Name : Construction Of Flood Control Structure, Phase Iii, Barangay Agpangi, Naval, Biliran Contract Location : Barangay Agpangi, Naval, Biliran Ls:(11.591136,124.398999 To 11.591468,124.398741) & Rs:(11.591294,124.399698 To 11.591468,124.398741) Project Description/scope Of Work : Construction Of 252.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,799.72 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 25,000.00 8. Procurement Id/contract Id : 25ia0008 Contract Name : Construction Of Flood Control Structure, Barangay Padre Sergio Eamiguel, Naval, Biliran Contract Location : Brgy. P.s. Eamiguel, Naval, Biliran (11.591199, 124.433197 To 11.59128, 124.433361) Project Description/scope Of Work : Construction Of 240.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,993.92 Contract Duration : 140.00 C.d. Cost Of Bidding Documents : P 25,000.00 Page 3 Of 4 9. Procurement Id/contract Id : 25ia0009 Contract Name : Construction Of Alawihaw Flood Control Along Naval - Caibiran Cross Country Road, Phase 2, Naval, Biliran Contract Location : Naval, Biliran (124.459730°, 11.579280° - 124.459718°, 11.578795°) Project Description/scope Of Work : Construction Of 220.00 Ln.m. Flood Control Structure Approved Budget For The Contract : P 14,698,432.53 Contract Duration : 128.00 C.d. Cost Of Bidding Documents : P 25,000.00 Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B & Medium A As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. Contractors/applicants Who Wish To Participate In The Biding Are Encouraged To Enroll With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, 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 Dpwh, Biliran District Engineering Office, Naval, Biliran And Inspect The Bidding Documents At The Address Given Below From 8:00a.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of An Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of The R.a. 9184 And Its Irr. Bidders Can Make Payments For The Purchase Of Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place Date Of Posting September 13, 2024 – October 2, 2024 Dpwh Web / Philgeps / Bulletin Board Issuance Of Bidding Documents September 13, 2024 – October 2, 2024 Bac Office, Biliran-deo, Naval, Biliran Pre-bid Conference September 20, 2024; 10:00 A.m. Bac Conference Room, Biliran-deo, Naval, Biliran Receipt By The Bac Of Bids October 2, 2024, 1:00 P.m. Bac Office, Biliran-deo, Naval, Biliran Opening Of Bids October 2, 2024; 1:00 P.m. Conference Room, Biliran-deo, Naval, Biliran 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 The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh-biliran District Engineering Office, Naval, Biliran Which Shall Be Open To All Interested Parties. Bidding For The Above Contract Shall Be Conducted “short Of Award” Pending Availability/ Receipt Of Fy-2025 Funds/saa. Page 4 Of 4 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_biliran For Electronic Submission On Or Before October 2, 2024 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On October 2, 2024 At 1:00 P.m. Immediately After The Deadline Of The Dropping Of Bids At Bac Conference Room, Biliran-deo, Naval, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh-biliran District Engineering Office, Naval, Biliran 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 R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Head, Bac Secretariat Bac Office, Dpwh Biliran District Engineering Office Brgy. Calumpang, Naval, Biliran Province Telefax No.: (053) 500-9097 Email Add: Dpwh.bdeo@gmail.com Approved: Rosario B. Rosete Oic- Assistant District Engineer Bac Chairperson Noted: Irwin L. Antonio, Asean Eng. Oic-district Engineer encoded/printedbyrcpancito September 12, 2024
Closing Soon2 Oct 2024
Tender AmountPHP 14.6 Million (USD 262.8 K)
2971-2980 of 2989 active Tenders