Road Construction Tenders
Road Construction Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 49.5 Million (USD 846.6 K)
Details: Description Ib: 25df0094-25df0106 Page 1 Of 6 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation/completion Of Multi-purpose Bldg. At Brgy. Maharlika, City Of Imus, Cavite Contract Id No. : 25df0094 Contract Location : Imus City, Cavite Scope Of Works : Rehabilitation/completion Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 2,970,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 2. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Rehabilitation/completion Of Multi-purpose Bldg. At Alapan 1a (regal Homes), City Of Imus, Cavite Contract Id No. : 25df0095 Contract Location : Imus City, Cavite Scope Of Works : Rehabilitation/completion Of Multi-purpose Building Net Length : Approved Budget For The Contract : ₱ 2,970,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 120 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 3. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road, Phase 2, Barangay Inocencio, Trece Martires, Cavite Contract Id No. : 25df0096 Contract Location : Trece Martires City, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.408 Lane Km. Road, W = 3.05 M. Approved Budget For The Contract : ₱ 4,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 41 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 4. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road, Phase 2, Barangay Tres Cruses, Tanza, Cavite Contract Id No. : 25df0097 Contract Location : Tanza, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.460 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 41 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 5. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Kayquit Iii, Indang, Cavite Contract Id No. : 25df0098 Contract Location : Indang, Cavite Scope Of Works : Construction Of Road Net Length : 0.470 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 32 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 6. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Talon, Amadeo, Cavite Contract Id No. : 25df0099 Contract Location : Amadeo, Cavite Scope Of Works : Construction Of Road Net Length : 0.470 Lane Km. Road, W = 2.50 M. Approved Budget For The Contract : ₱ 4,950,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 32 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 5,000.00 7. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Replacement Of Permanent Weak Bridges Malimango Br. (b02897lz) Along Noveleta-naic-tagaytay Rd (completion) Contract Id No. : 25df0100 Contract Location : Rosario, Cavite Scope Of Works : Completion Of Bridge Net Length : 109.80 Sqm. Bridge Approved Budget For The Contract : ₱ 5,194,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 168 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 Ib: 25df0094-25df0106 Page 2 Of 6 8. Name Of Contract : Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/ Facilities Rehabilitation Of Road At Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0101 Contract Location : Tanza, Cavite Scope Of Works : Rehabilitation Of Road Net Length : 0.774 Lane Km. Road, W = 3.05 M. Approved Budget For The Contract : ₱ 9,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 75 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 9. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategicpublic Buildings/ Facilities Construction Of Road, Barangay Capipisa, Tanza, Cavite Contract Id No. : 25df0102 Contract Location : Tanza, Cavite Scope Of Works : Construction Of Road Net Length : 0.444 Lane Km. Road, W = 2.50 M. (segment 1) And 0.480 Lane Road Km. W = 3.00 M. (segment 2) Approved Budget For The Contract : ₱ 9,900,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 58 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 10. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Road Widening - Secondary Roads Tanza-trece Martires City-indang Rd - K0056 + 600 - K0057 + 121 Contract Id No. : 25df0103 Contract Location : Indang, Cavite Scope Of Works : Widening Of Road With Drainage Net Length : 0.532 Lane Km. Road With Drainage (rcpc) Approved Budget For The Contract : ₱ 20,353,620.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 124 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 11. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Flood Mitigation Structures Protecting Major/ Strategic Public Buildings/ Facilities Construction Of Revetment Along Julian River, Barangay Carsadang Bago I, Imus, Cavite Contract Id No. : 25df0104 Contract Location : Imus City, Cavite Scope Of Works : Construction Of Revetment Net Length : 203.60 L.m. Revetment Approved Budget For The Contract : ₱ 49,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 195 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 25,000.00 Ib: 25df0094-25df0106 Page 3 Of 6 12. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Noveleta-naic-tagaytay Rd - K0062 + 000 - K0064 + 000 Contract Id No. : 25df0105 Contract Location : Indang, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 3.962 Lane Km. Road Approved Budget For The Contract : ₱ 53,075,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 102 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 13. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Noveleta-rosario Div Rd (s06094lz) - K0026 + (-575) - K0026 + 338 Contract Id No. : 25df0106 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.328 Lane Km. Road Approved Budget For The Contract : ₱ 93,605,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0094-25df0106 Page 4 Of 6 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – February 7, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 24, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 7, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 7, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 Ib: 25df0094-25df0106 Page 5 Of 6 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 17, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer Ib: 25df0094-25df0106 Page 6 Of 6
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 14.6 Million (USD 250.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office San Isidro, Cabanatuan City Invitation To Bid 1. The Dpwh-nueva Ecija 2nd Deo, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 14,699,994.38 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25cf0084 Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Barangay Kapt. Pepe, Cabanatuan City, Nueva Ecija Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-nueva Ecija 2nd Deo Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Barangay Kapt. Pepe, Cabanatuan City, Nueva Ecija Contract Id No. : 25cf0084 Locations : Barangay Kapt. Pepe, Cabanatuan City, Nueva Ecija Scope Of Works : Reblocking Approved Budget For The Contract : Php 14,699,994.38 Contract Duration : 144 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-nueva Ecija 2nd Deo And Inspect The Bidding Documents At Dpwh-nueva Ecija 2nd Deo, Procurement Unit During Weekdays From 8:00 A.m. To 5:00 P.m 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-nueva Ecija 2nd Deo Will Hold A Pre-bid Conference On January 15, 2025, 10:00 A.m. At Dpwh-nueva Ecija 2nd Deo, Conference Room And Livestreamed On Youtube (youtube.com/@dpwhnuevaecija2nddeo/streams), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_nuevaecija2@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 28, 2025, 10:00 A.m. At The Dpwh-nueva Ecija 2nd Deo, Procurement Unit, Conference Room, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Be Livestreamed On Youtube (youtube.com/@dpwhnuevaecija2nddeo/streams). Late Bids Shall Not Be Accepted. 12. The Dpwh-nueva Ecija 2nd Deo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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 Of The Bid. 13. For Further Information, Please Refer To: Rowena B. Danipog Bac Secretariat Dpwh-nueva Ecija 2nd Deo Brgy. San Isidro Cabanatuan City, Nueva Ecija Danipog.rowena@dpwh.gov.ph (044)-311-8476 Date Of Issue: January 8, 2025 Approved By: Ramil C. Ramos Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 9.7 Million (USD 167.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office San Isidro, Cabanatuan City Invitation To Bid 1. The Dpwh-nueva Ecija 2nd Deo, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 9,799,985.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25cf0091 Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Barangay San Juan, Laur, Nueva Ecija Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-nueva Ecija 2nd Deo Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Barangay San Juan, Laur, Nueva Ecija Contract Id No. : 25cf0091 Locations : Barangay San Juan, Laur, Nueva Ecija Scope Of Works : Asphalt Overlay Approved Budget For The Contract : Php 9,799,985.90 Contract Duration : 87 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-nueva Ecija 2nd Deo And Inspect The Bidding Documents At Dpwh-nueva Ecija 2nd Deo, Procurement Unit During Weekdays From 8:00 A.m. To 5:00 P.m 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 – February 4, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-nueva Ecija 2nd Deo Will Hold A Pre-bid Conference On January 23, 2025, 10:00 A.m. At Dpwh-nueva Ecija 2nd Deo, Conference Room And Livestreamed On Youtube (youtube.com/@dpwhnuevaecija2nddeo/streams), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_nuevaecija2@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 4, 2025, 10:00 A.m. At The Dpwh-nueva Ecija 2nd Deo, Procurement Unit, Conference Room, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Be Livestreamed On Youtube (youtube.com/@dpwhnuevaecija2nddeo/streams). Late Bids Shall Not Be Accepted. 12. The Dpwh-nueva Ecija 2nd Deo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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 Of The Bid. 13. For Further Information, Please Refer To: Rowena B. Danipog Bac Secretariat Dpwh-nueva Ecija 2nd Deo Brgy. San Isidro Cabanatuan City, Nueva Ecija Danipog.rowena@dpwh.gov.ph (044)-311-8476 Date Of Issue: January 16, 2025 Approved By: Ramil C. Ramos Bac Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 48.2 Million (USD 822.7 K)
Details: Description Invitation To Bid For Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Of Partida To Sta. Lucia, Barangay. Sta. Lucia, San Miguel, Bulacan, Contract Id No. 25c00387 1. The Dpwh-regional Office Iii, Through The Fy 2025 Intends To Apply The Sum Of P48,249,609.59 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) - Sipag - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Road Of Partida To Sta. Lucia, Barangay. Sta. Lucia, San Miguel, Bulacan Contract Id No. : 25c00387 Locations : San Miguel, Bulacan Scope Of Works : Roads: Concreting (pccp) Approved Budget For The Contract : P48,249,609.59 Contract Duration : 180 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 – January 30, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P25,000.00 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference January 17, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On Youtube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From January 10, 2025 To January 30, 2025 Before 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 30, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (www.youtube.com/@dpwh.ro.3) Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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 Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Engr. Arthur Q. Santos Chief, Planning And Design Division Bac – Chairman Date Of Issue: January 10, 2025
Department Of Public Works And Highways Tender
Civil And Construction...+2Bridge Construction, Road Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas Iii District Engineering Office J. Gonzales St., Barangay 4, Tanauan City, Batangas, Region Iv-a Invitation To Bid (cw-2025-009) The Department Of Public Works And Highways (dpwh) Batangas Iii District Engineering Office, Tanauan City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Contract Id : 25dc0110 Name Of Contract : Convergence And Special Support Program, Basic Infrastructure Program (bip), Bip - Access Roads And/or Bridges From The National Roads Leading To Major/ Strategic Public Buildings/facilities, Construction Of Road, Barangay San Isidro Norte, Sto. Tomas, Batangas Contract Location : Sto. Tomas, Batangas Scope Of Works : Construction Of Road Physical Target : L = 0.375 Lane Kilometer Approved Budget For The Contract (abc) : Php4,950,000.00 Source Of Fund : Gaa 2025 Contract Duration : 90 Cd Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php5,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bac Is Conducting The Public Bidding For The Above-mentioned Contract(s) Pursuant To Gppb Circular No. 06-2019 Dated July 17, 2019, Guidelines On The Implementation Of Early Procurement Activities (epa) In Relation To The Provisions Of Republic Act No. 9184 And Its Revised Implementing Rules And Regulations (rirr). Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh 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. 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 (rirr) Of Republic Act 9184 (r.a. 9184) Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Bidder With The Lowest Calculated And Responsive Bid (lcrb) That Will Be Determined During Post-qualification. Interested Bidders May Obtain Further Information From The Dpwh-batangas Iii District Engineering Office, Tanauan City And Inspect The Bidding Documents At J. Gonzales Street, Poblacion Barangay 4, Tanauan City During Weekdays From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 6, 2025, 8:00 Am-5:00 Pm From Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Corresponding Bids. The Dpwh-batangas Iii District Engineering Office, Tanauan City Will Hold A Pre-bid Conference On January 24, 2025, 10:00 Am At The Address Specified Below 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 Bid Data Sheet (bds). Bids Must Be Duly Received By The Bac Secretariat At The Address Mentioned Above For Manual Submission Or At Electronicbids_batangas3@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025, 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be Conducted On February 6, 2025, 9:00 Am At The Address Specified Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Said Address. Late Bids Shall Not Be Accepted. If At The Time Of The Post–qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of R.a. 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. The Dpwh-batangas Iii District Engineering Office, Tanauan City 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 (rirr) Of R.a. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Angelita L. Basco Bac Chairperson Email Address: Basco.angelita@dpwh.gov.ph Lilibeth M. Cuevas Bac Secretariat Head Procurement Unit Email Address: Cuevas.lilibeth@dpwh.gov.ph Dpwh-batangas Iii District Engineering Office J. Gonzales St., Poblacion Barangay 4, Tanauan City Telephone No. (043) 778-6019 For Downloading Bidding Documents: Www.dpwh.gov.ph For Online Submission: Electronicbids_batangas3@dpwh.gov.ph January 17, 2025 Approved: Angelita L. Basco Engineer Iii Bac Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 14.7 Million (USD 251.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas Iii District Engineering Office J. Gonzales St., Barangay 4, Tanauan City, Batangas, Region Iv-a Invitation To Bid (cw-2025-009) The Department Of Public Works And Highways (dpwh) Batangas Iii District Engineering Office, Tanauan City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Contract Id : 25dc0109 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Sipag - Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Road At Barangay San Felix, Santo Tomas City, Batangas Contract Location : Santo Tomas City, Batangas Scope Of Works : Construction Of Road Physical Target : L = 2.048 Lane Kilometers Approved Budget For The Contract (abc) : Php14,700,000.00 Source Of Fund : Gaa 2025 Contract Duration : 120 Cd Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bac Is Conducting The Public Bidding For The Above-mentioned Contract(s) Pursuant To Gppb Circular No. 06-2019 Dated July 17, 2019, Guidelines On The Implementation Of Early Procurement Activities (epa) In Relation To The Provisions Of Republic Act No. 9184 And Its Revised Implementing Rules And Regulations (rirr). Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh 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. 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 (rirr) Of Republic Act 9184 (r.a. 9184) Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Bidder With The Lowest Calculated And Responsive Bid (lcrb) That Will Be Determined During Post-qualification. Interested Bidders May Obtain Further Information From The Dpwh-batangas Iii District Engineering Office, Tanauan City And Inspect The Bidding Documents At J. Gonzales Street, Poblacion Barangay 4, Tanauan City During Weekdays From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 6, 2025, 8:00 Am-5:00 Pm From Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Corresponding Bids. The Dpwh-batangas Iii District Engineering Office, Tanauan City Will Hold A Pre-bid Conference On January 24, 2025, 10:00 Am At The Address Specified Below 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 Bid Data Sheet (bds). Bids Must Be Duly Received By The Bac Secretariat At The Address Mentioned Above For Manual Submission Or At Electronicbids_batangas3@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025, 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be Conducted On February 6, 2025, 9:00 Am At The Address Specified Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Said Address. Late Bids Shall Not Be Accepted. If At The Time Of The Post–qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of R.a. 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. The Dpwh-batangas Iii District Engineering Office, Tanauan City 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 (rirr) Of R.a. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Angelita L. Basco Bac Chairperson Email Address: Basco.angelita@dpwh.gov.ph Lilibeth M. Cuevas Bac Secretariat Head Procurement Unit Email Address: Cuevas.lilibeth@dpwh.gov.ph Dpwh-batangas Iii District Engineering Office J. Gonzales St., Poblacion Barangay 4, Tanauan City Telephone No. (043) 778-6019 For Downloading Bidding Documents: Www.dpwh.gov.ph For Online Submission: Electronicbids_batangas3@dpwh.gov.ph January 17, 2025 Approved: Angelita L. Basco Engineer Iii Bac Chairperson
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 9.7 Million (USD 167.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office San Isidro, Cabanatuan City Invitation To Bid 1. The Dpwh-nueva Ecija 2nd Deo, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 9,799,984.87 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25cf0085 Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Barangay San Isidro, Cabanatuan City, Nueva Ecija Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-nueva Ecija 2nd Deo Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Barangay San Isidro, Cabanatuan City, Nueva Ecija Contract Id No. : 25cf0085 Locations : Barangay San Isidro, Cabanatuan City, Nueva Ecija Scope Of Works : Concreting Of Road Approved Budget For The Contract : Php 9,799,984.87 Contract Duration : 87 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-nueva Ecija 2nd Deo And Inspect The Bidding Documents At Dpwh-nueva Ecija 2nd Deo, Procurement Unit During Weekdays From 8:00 A.m. To 5:00 P.m 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-nueva Ecija 2nd Deo Will Hold A Pre-bid Conference On January 15, 2025, 10:00 A.m. At Dpwh-nueva Ecija 2nd Deo, Conference Room And Livestreamed On Youtube (youtube.com/@dpwhnuevaecija2nddeo/streams), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_nuevaecija2@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025, 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 28, 2025, 10:00 A.m. At The Dpwh-nueva Ecija 2nd Deo, Procurement Unit, Conference Room, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Be Livestreamed On Youtube (youtube.com/@dpwhnuevaecija2nddeo/streams). Late Bids Shall Not Be Accepted. 12. The Dpwh-nueva Ecija 2nd Deo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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 Of The Bid. 13. For Further Information, Please Refer To: Rowena B. Danipog Bac Secretariat Dpwh-nueva Ecija 2nd Deo Brgy. San Isidro Cabanatuan City, Nueva Ecija Danipog.rowena@dpwh.gov.ph (044)-311-8476 Date Of Issue: January 8, 2025 Approved By: Ramil C. Ramos Bac Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 14.7 Million (USD 251.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Batangas Iii District Engineering Office J. Gonzales St., Barangay 4, Tanauan City, Batangas, Region Iv-a Invitation To Bid (cw-2025-009) The Department Of Public Works And Highways (dpwh) Batangas Iii District Engineering Office, Tanauan City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Contract Id : 25dc0106 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Sipag - Access Roads And/or Bridges From The National Roads Leading To Major/strategic Public Buildings/facilities, Construction Of Road At Barangay Tumaway, Talisay, Batangas (phase 2) Contract Location : Talisay, Batangas Scope Of Works : Construction Of Road Physical Target : L = 1.194 Lane Kilometers Approved Budget For The Contract (abc) : Php14,700,000.00 Source Of Fund : Gaa 2025 Contract Duration : 120 Cd Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Bac Is Conducting The Public Bidding For The Above-mentioned Contract(s) Pursuant To Gppb Circular No. 06-2019 Dated July 17, 2019, Guidelines On The Implementation Of Early Procurement Activities (epa) In Relation To The Provisions Of Republic Act No. 9184 And Its Revised Implementing Rules And Regulations (rirr). Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh 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. 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 (rirr) Of Republic Act 9184 (r.a. 9184) Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Bidder With The Lowest Calculated And Responsive Bid (lcrb) That Will Be Determined During Post-qualification. Interested Bidders May Obtain Further Information From The Dpwh-batangas Iii District Engineering Office, Tanauan City And Inspect The Bidding Documents At J. Gonzales Street, Poblacion Barangay 4, Tanauan City During Weekdays From 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 6, 2025, 8:00 Am-5:00 Pm From Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Dpwh Website Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Corresponding Bids. The Dpwh-batangas Iii District Engineering Office, Tanauan City Will Hold A Pre-bid Conference On January 24, 2025, 10:00 Am At The Address Specified Below 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 Bid Data Sheet (bds). Bids Must Be Duly Received By The Bac Secretariat At The Address Mentioned Above For Manual Submission Or At Electronicbids_batangas3@dpwh.gov.ph For Electronic Submission On Or Before February 6, 2025, 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be Conducted On February 6, 2025, 9:00 Am At The Address Specified Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Said Address. Late Bids Shall Not Be Accepted. If At The Time Of The Post–qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of R.a. 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. The Dpwh-batangas Iii District Engineering Office, Tanauan City 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 (rirr) Of R.a. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Angelita L. Basco Bac Chairperson Email Address: Basco.angelita@dpwh.gov.ph Lilibeth M. Cuevas Bac Secretariat Head Procurement Unit Email Address: Cuevas.lilibeth@dpwh.gov.ph Dpwh-batangas Iii District Engineering Office J. Gonzales St., Poblacion Barangay 4, Tanauan City Telephone No. (043) 778-6019 For Downloading Bidding Documents: Www.dpwh.gov.ph For Online Submission: Electronicbids_batangas3@dpwh.gov.ph January 17, 2025 Approved: Angelita L. Basco Engineer Iii Bac Chairperson
Municipality Of Aparri, Cagayan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 46.9 Million (USD 803.7 K)
Details: Description Republic Of The Philippines Province Of Cagayan Municipality Of Aparri Bids And Awards Committee January 30, 2025 Invitation To Apply For Eligibility And To Bid The Municipality Of Aparri, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contracts: Name Of Contract Location Description Approved Budget For The Contract (₱) Completion Identification Number I. Horizontal Construction Source Of Fund: 20% Development Fund-2025, Supplemental Fund 2024-02 1. Concreting Of Bisagu Road (sta.4+010 To 4+148;4+247 To 4+299) Bisagu, Aparri, Cagayan Concreting Of Bisagu Road 1,999,643.39 90cd 2025-02-a 2. Concreting Of Caagaman Road (sta.1+658 To Sta. 1+834) Caagaman, Aparri, Cagayan Concreting Of Caagaman Road 1,999,926.52 90cd 2025-02 -b 3. Concreting Of Road At Paruddun Sur Paruddun Sur, Aparri, Cagayan Concreting Of Road At Paruddun Sur 1,999,464.14 90cd 2025-02-c 4. Concreting Of Bukig- Caagaman (sta. 0+311 To Sta 0+411; Sta 0+651 To 0+758) Bukig- Caagaman, Aparri, Cagayan Concreting Of Bukig- Caagaman 2,999,018.51 120cd 2025-02-d 5. Concreting Of Road Shoulder With Slope Protection Gaddang, Aparri, Cagayan Concreting Of Road Shoulder With Slope Protection 3,999,892.38 90cd 2025-02-e 6. Concreting Of Road Gap Sanja, Aparri, Cagayan Concreting Of Gap At Sanja 299,715.53 30cd 2025-02-f 7. Regravelling Of Various Road Toran, Dodan And Paddaya, Aparri, Cagayan Regravelling Of Various Road 996,763.44 30cd 2025-02-g 8. Construction Of Road With Slope Protection At Backiling Backiling, Aparri, Cagayan Construction Of Road With Slope Protection At Backiling 4,999,934.68 120cd 2025-02-h 9. Construction Of Farm-to-market Road Gaddag-dodan, Aparri, Cagayan Construction Of Farm-to-market Road 9,499,507.75 120cd 2025-02-i 10. Construction Of Drainage Canal-phase Iii Maura, Aparri, Cagayan Construction Of Drainage Canal-phase Iii 4,999,112.40 120cd 2025-02-j Ii. Vertical Construction Source Of Fund: 20% Development Fund-2025, Supplemental Fund 2024-02, Supplemental Fund 2020-05 1. Construction Of Multi-purpose Building/gymnasium Phase 8 Backiling, Aparri, Cagayan Construction Of Multi-purpose Building/gymnasium Phase 8 4,999,975.98 120cd 2025-02-k 2. Construction Of Niches Bukig, Aparri, Cagayan Construction Of Niches 1,999,460.19 120cd 2025-02-l 3. Rehabilitation Of Public Market Centro 15, Aparri,cagayan Rehabilitation Of Public Market 1,999,061.45 60cd 2025-02-m 4. Construction Of Nipahol Distillery At Linao And Bisagu Linao And Bisagu, Aparri, Cagayan Construction Of Nipahol Distillery At Linao And Bisagu 2,199,430.00 120cd 2025-02-n 5. Improvement Of Municipal Hall Façade Centro 01, Aparri, Cagayan Improvement Of Municipal Hall Façade 1,999,000.00 120cd 2025-02-o Prospective Bidder Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference/s, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule 1. Period Of Advertisement/posting Of Invitation To Bid January 31, 2025- February 7, 2025 2. Issuance Of Eligibility Forms And Bid Documents Upon Payment Of Non-refundable Amount To The Municipality Of Aparri. January 31, 2025- , February 18, 2025 3. Pre-bid Conference February 6, 2025 At 10:00 A.m. At The Bac Conference Room 4.receipt And Opening Of Bids • Eligibility Checking • Opening And Preliminary Examination Of Bids • Bid Evaluation February 18, 2025 At 10:00 A.m. At The Bac Secretariat, Mpdc Office. 5. Post Qualification February 25, 2025 6. Recommendation Of Award February 25, 2025 7. Notice Of Award February 26, 2025 8. Signing Of Contract February 27, 2025 9. Notice To Proceed February 28, 2025 The Bac Will Issue To Prospective Bidders Complete Eligibility Forms And Bidding Documents At Bac Secretariat, Mpdc Office At Municipal Hall, Aparri, Cagayan, Upon Their Payment Of A Non-refundable Amount To The Municipality Of Aparri, Municipal Treasurer’s Office/cashier. The Municipality Of Aparri, Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process And Reject All Bids At Any Time Prior To Contract Of Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved By: Marvin V, Danao Bac Chairman Encl. A/s: C.c. 1. Mayor Bryan Dale G. Chan Advertised: 2. The Bac Members Phil Geps 3. The Twg Lgu-bulletin (town Hall, Toll House And New Era) 4. The Municipal Accountant 5. The Cmau
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:louisiana city:alexandria delineated Area: north: Red River To Hwy 1; east: Willow Glen River Road To I-49; south: Hwy 71 To Hwy 165; west: Hwy 165. minimum Sq. Ft. (aboa):17,905 Aboa Sf maximum Sq. Ft. (aboa):18,800 Aboa Sf space Type:office & Related parking Spaces (total):37 parking Spaces (surface/secured):37 (parking Spaces Must Be Fenced-in) parking Spaces (reserved):37 full Term:10 Years firm Term:5 Years option Term:n/a additional Requirements: space Must Be Contiguous. site Must Include 14,300 Sf Of Wareyard Space. building Must Be Able To Accommodate Employee Parking Within 0.1 Miles. all Offered Spaces Are Subject To A Security Assessment. other Typical And Special Requirements As Called For In The Request For Lease Proposals (rlp) Package. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. expression Of Interest Submission Instructions/requirements: please Provide The Following Basic Information And Descriptions Pertaining To The Building You Propose For Consideration. all Submissions Should Include The Following Information: 1. Name Of Owner; 2. Property Authorization Letter From The Owner; 3. Address Or Locational Description Of The Building; 4. Age Of Building; 5. Total Gross Square Feet; And Gross Square Feet Per Floor; 6. Site Plan Depicting The Building And Parking; 7. Floor Plan And Gross Square Footage Of The Proposed Space; 8. Identification Of On-site Parking; 9. A Map Demonstrating The Building Is Within The Delineated Area; 10. A Map Depicting The Location Of Public Transportation Stops Within Proximity To The Property; 11. A Map Depicting The Evidence Of Amenities Within Close Proximity Of The Property; 12. Building Owners Must Provide Evidence Of Ownership. Non-owners (e.g. Prospective Developers/lessors) Submitting A Building Must Provide Evidence Of Permission Or Authority Granted By Property Owner To Submit The Building To Gsa For Development; 13. Any Information Related To Title Issues, Easements And Restrictions On The Use Of The Building; 14. A Description Of Any Planned Land Development Or Construction Which Will Affect The Building Including Neighboring Projects And Road/ Utility Line Construction. 15. If Submitting A Land Site, Offerors Are Required To Provide The Following Information In Addition To What Has Been Requested: accurate Street Address And/or Cross Streets; aeriel Overview Of The Site With Clearly Marked Property Boundaries; site Pictures And Those Of Surrounding Area; expressions Of Interest Due:january 29, 2025 market Survey (estimated):late February/early March 2025 occupancy (estimated):summer 2026 send Expressions Of Interest To: name/title:brad Seifert, Broker address:2445 M Street, Nw,suite 510,washington, Dc 20037 office:(202) 652-4192 email Address:bradford.seifert@gsa.gov and To: name/title:hunter Powell, Broker address:2445 M Street, Nw,suite 510,washington, Dc 20037 office:(504) 301-7139 email Address:hunter.powell@gsa.gov government Contact Information lease Contracting Officer:meredith Whitley project Manager:nick Porter broker:public Properties
6841-6850 of 6984 archived Tenders