Security Guard Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id No. 25dh0048 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 Annual Maintenance Work Program Intends To Apply The Sum Of Eight Hundred Twenty Three Thousand Seven Pesos Only (p823,700.00), Being The Approved Budget For The Contract (abc) To Payment Under The Contract Id No. 25dh0048. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract :repair And Maintenance Along Pagsanjan-lucban Road K0104+840-k0104+855, Luisiana, Laguna Contract Id No. :25dh0048 Locations :luisiana, Laguna Scope Of Works :repair And Maintenance Of Slope Protection. Approved Budget For The Contract :p 823,700.00 Contract Duration :30 C.d. 3.prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Roads. 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”. 5.interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna 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 From February 8, 2025 To February 27, 2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos Only (1,000.00): 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 Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On February 14, 2025, 2:00 P.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9.bid Submission May Be 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_laguna1@dpwh.gov.ph For Electronic Submission On Or Before February 27,2025 Until 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11.bid Opening Shall Be On February 27, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12.the Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13.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 Section 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 Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14.visitors Must Present Copies Of One (1) Company Id And One (1) Valid Government Issued Id To Security Guard On Duty. 15.pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: February 8, 2025
Closing Date27 Feb 2025
Tender AmountPHP 823.7 K (USD 14.2 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna Invitation To Bid For Contract Id No. 25dh0071 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Maintenance Program Intends To Apply The Sum Of Two Million Pesos Only (p2,000,000.00), Being The Approved Budget For The Contract (abc) To Payment Under The Contract Id No. 25dh0071. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Repair/maintenance Of Dpwh Building, Laguna 1st Deo Bodega/maint. Workshop/qas Laboratory, Dpwh Compound, Sta. Cruz, Laguna Contract Id No. : 25dh0071 Locations : Dpwh-laguna 1st Deo, Santa Cruz, Laguna Scope Of Works : Repair/maintenance Of Dpwh Building. Approved Budget For The Contract : P 2,000,000.00 Contract Duration : 120 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building. 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”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna 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 From June 4, 2025 To June 24, 2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). 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 Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On June 11, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be 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_laguna1@dpwh.gov.ph For Electronic Submission On Or Before June 24, 2025 Until 9:00 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 June 24, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. 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 Section 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 Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects.. 14. Visitors Must Present Copies Of One (1) Company Id And One (1) Valid Government Issued Id To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: June 5, 2025
Closing Date24 Jun 2025
Tender AmountPHP 2 Million (USD 34.9 K)
DEPARTMENT OF HUMAN SETTLEMENTS AND URBAN DEVELOPMENT SAN Tender
Manpower Supply
Philippines
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Region 3 Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. Dhsudr3-2025-004 Procurement Activity Procurement Of Security Services For July 2025 To June 2026 Mode Of Procurement Small Value Procurement Approved Budget For The Contract (abc) Eight Hundred Thousand Pesos (php800,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 12:00 Pm, May 13, 2025 Delivery Schedule Start Of Contract Is On July 1, 2025 The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications • Two (2) Licensed Security Guards; • Well-trained And Licensed Security Guards, With Good Moral Character Who Have Passed The Neuro-psychiatric And Drug Test; • With Training Certificate From An Accredited Training Institution For Security Profession; • Number Of Shifts: One For Twelve (12) Hours Day Shift And One For Twelve (12) Hours Night Shift; • Availability Of Relievers And/or Replacement At All Times To Ensure Continuous And Uninterrupted Services • Wage Rates Must Be In Compliance With The Standard Dole Computation For Wages And Other Allied Monetary Benefits For Security. • Period: July 1, 2025 To June 30, 2026 Terms And Conditions: 1. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 2. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 3. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Region 3 Is Mandatory. The Service Provider Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. 4. Please Submit The Latest Or Valid Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Latest Income Business Tax Returns (bir Form 1701 Or 1702); D. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); E. Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; F. Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. G. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above-mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Dhsud Region 3 Office Located At Malikhain St., Dmgc, Brgy. Maimpis, City Of San Fernando, Pampanga, Or Through Electronic Mail At Rona.cortez@dhsud.gov.ph. The Dhsud Bids And Awards Committee Region 3 (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.9 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact Ms. Rona S. Cortez At Mobile Number - 0932 127 2464 Or Through Email: Rona.cortez@dhsud.gov.ph. Requested By : Pietro Angelo C. Santiago Oic, Administrative And Finance Division Approved By : Dir. Julius Ervin O. Enciso, Reb, Mpsa Regional Director
Closing Date23 May 2025
Tender AmountPHP 800 K (USD 14.3 K)
DEPT OF THE ARMY USA Tender
Security and Emergency Services
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
this Is A Request For Quotes (rfq) For Commercial Items In Accordance With Far Part 12. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Elect Through Federal Acquisition Circular.
this Procurement Is Being Solicited As A 100% Small Business Set-aside. The Applicable Naics Code 561612 - Security Guards And Patrol Services. The Small Business Size Standard Is $29,000,000.
contract Line Items:
item No Supplies/services Quantity Unit Unit Price Amount
0001 12 Months
Base Year – Unarmed Guard Services
ffp
unarmed Guard Services From 01 April 2025 To 31 March 2026 In Accordance With The Statement Of Work Entitled "security Services Specifications". Place Of Performance: Caven Point Marine Terminal, 3 Chapel Avenue, Jersey City, Nj 07305.
fob: Destination
psc Cd: S206
Net Amt
item No Supplies/services Quantity Unit Unit Price Amount
0002 12 Months
Option Year 1 – Unarmed Guard Services
ffp
unarmed Guard Services From 01 April 2026 To 31 March 2027 In Accordance With The Statement Of Work Entitled "security Services Specifications". Place Of Performance: Caven Point Marine Terminal, 3 Chapel Avenue, Jersey City, Nj 07305.
fob: Destination
psc Cd: S206
Net Amt
item No Supplies/services Quantity Unit Unit Price Amount
0003 12 Months
Option Year 2 – Unarmed Guard Services
ffp
unarmed Guard Services From 01 April 2027 To 31 March 2028 In Accordance With The Statement Of Work Entitled "security Services Specifications". Place Of Performance: Caven Point Marine Terminal, 3 Chapel Avenue, Jersey City, Nj 07305.
fob: Destination
psc Cd: S206
Net Amt
item No Supplies/services Quantity Unit Unit Price Amount
0004 12 Months
Option Year 3 – Unarmed Guard Services
ffp
unarmed Guard Services From 01 April 2028 To 31 March 2029 In Accordance With The Statement Of Work Entitled "security Services Specifications". Place Of Performance: Caven Point Marine Terminal, 3 Chapel Avenue, Jersey City, Nj 07305.
fob: Destination
psc Cd: S206
Net Amt
item No Supplies/services Quantity Unit Unit Price Amount
0005 12 Months
Option Year 4 – Unarmed Guard Services
ffp
unarmed Guard Services From 01 April 2029 To 31 March 2030 In Accordance With The Statement Of Work Entitled "security Services Specifications". Place Of Performance: Caven Point Marine Terminal, 3 Chapel Avenue, Jersey City, Nj 07305.
fob: Destination
psc Cd: S206
Net Amt
notes
total Base Year (clin 0001):
total Option Years (clins 0002-0005):
total Base Plus Optional Clins (0001-0005):
notes:
1. Offerors Are Required To Submit Prices On All Base Line Items And All Optional Line Items Or The Proposal Will Be Rejected.
2. The Basis Of Evaluation Will Be The Lowest Responsive, Responsible Offer Based On The Total Amount Which Includes The Base Line Item Plus All The Optional Line Items (clins 0001 Thru 0005).
3. The Contractor Shall Be Licensed In The State Of New Jersey And Shall Comply With All State And Local Laws Applicable To Security Guards. A Copy Of The Security State License And Identification Of Guards Must Be Submitted Within 5 Business Days After Submission Of Quotes. Failure To Submit License And Identification Will Be Deem Unresponsive And Will Not Considered For Award
4. The Contractor Shall Designate A Local Supervisor Who Shall Conduct Twice Monthly Unannounced Site Visits, Implement Corrective Actions, And Serve As The Poc For Operational Issues. The Contractor's Supervisor Shall Have The Authority To Handle Replacement Of A Scheduled Guard When Necessary Due To Illness, Emergency, Or Failure To Report For A Scheduled Shift.
5. The Quote Acceptance Period Is 30 Days.
6. A Site Visit Of The Facility May Be Arranged By Appointment. The Poc Is Joe Castellano At The Caven Point Field Office Monday Through Friday From 0700 To 1530 At Joseph.a.castellano@usace.army.mil (primary) Or201-268-0319(secondary).
7. Quote Can Be Submitted By Email To: Mohenda Surage At Mohenda.r.surage@usace.army.mil.
Closing Date14 Mar 2025
Tender AmountRefer Documents
Department Of Education Division Of Southern Leyte Tender
Others
Philippines
Details: Description No "item Description (item Name & Technical Specifications)" Qty. Unit Unit Cost Approved Budget Of Contract (abc) 1 Security Services: Lot 1 675,000.00 675,000.00 Coverage : One Year Contract Three (3) Security Guards Per Month 1 Guard With 8 Hours (1,600-2,400) 7 Days A Week 1 Guard With 8 Hours (2,400-0800) 7 Days A Week 1 Guard With 8 Hours (0800-1600) 7 Days A Week With Service Firearms And First Aid Kit Compliant With Labor Standard Total 675,000.00 General Conditions 1. All Entries Must Be Legible; 2. Bidders Must Attach These Documents Together With Rfq: A. If Total Amount Of Abc Is Php50,000.00 And Above Bidders Must Submit Mayor's Permit, Certificate Of Philgeps Registration, And Omnibus Sworn Statement; B. If Total Amount Of Abc Is Below Php50,000.00 Bidders Must Submit Mayor's Permit And Certificate Of Philgeps Registration Only. C. If Total Amount Of Abc Is Above Php500,000.00 Bidders Must Submit Mayor's Permit, Certificate Of Philgeps Registration, Omnibus Sworn Statement, And Latest Tax Clearance Or Income Tax Return. 3. Place This Rfq In A Sealed Envelope And Type The Following Details On The Face Of The Envelope: " Deped Southern Leyte Rfq No. Pr No. Philgeps Reference No. (if Applicable)" 4. Delivery Period Must Be At Thirty (30) Calendar Days Upon Receipt Of The Purchase Order (indicate The Days Of Delivery In The Bidder’s Certificate Box) 5. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 6. Price Validity Shall Be For A Period Of Thirty (30) Calendar Days; 7. Quoted Prices Must Be Inclusive Of Taxes, And Other Charges Or Fees And Shall Not Exceed The Approved Budget For The Contract(abc); 8. Transaction With Deped Southern Leyte Shall Mean Compliance By The Winning Bidder With The Bid And Delivery Requirements Before The Issuance Of Check Payment 9. Failure To Comply With These Conditions Shall Mean Disqualification Of Your Bid Proposal
Closing Date14 Jan 2025
Tender AmountPHP 675 K (USD 11.5 K)
STATE, DEPARTMENT OF USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: The U.s. Embassy In Panama Has A Requirement For Cook Services For Theu.s. Embassy Panama, Marine Security Guards,
as Per The Attached Statement Of Work (sow). Pricing Shall Be Submitted In The Formatand For The Quantities Indicated In The Sow.
the Solicitation Number Is19pm0725q0008and Is Issued As A Request For Quotation.
your Quotation Must Be Submitted Electronically Topnmprocreq@state.gov. It Is Important To Make Sure The Submission Is Made In Specific Size And Format; In Ms-word Or Ms-excel Or Adobe Acrobat (pdf) File Format. The File Size Must Not Exceed 30mb. If The File Size Should Exceed The 30mb, The Submission Must Be Made In Separate Files And Attached To Separate Emails With Less Than 30mb Each.
in Order For A Quotation To Be Considered, You Must Also Complete And Submit The Following:
1. Sf-1449
2. Section 1, The Schedule
3. Section 5, Representations And Certifications
4. Additional Information As Required In Section 3
5. Proof Of Sam Registration
offerors Shall Be Registered In The Sam (system For Award Management) Database At Https://www.sam.gov Prior To Submit Of Their Offer/proposal As Prescribed Under Far 4.1102. Failure To Be Registered At Time Of Proposal Submission May Deem The Offeror’s Proposal To Be Considered Non-responsible And No Further Consideration Will Be Given. Therefore, Offerors Are Highly Encouraged To Register Immediately If They Are Interested In Submitting A Response To This Requirement.
system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. Contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce Requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam.
if There Are Any Questions Regarding This Solicitation, Please Submit Them In Writing By Email To: Pnmprocreq@state.gov No Later Than March 25th, 2025 At 10:00 Am.
offers Are Due By Thursday April 03, 2025, 4:30pm (local Time).
Closing Date3 Apr 2025
Tender AmountRefer Documents
MINISTRY OF PUBLIC WORKS BARMM MAGUINDANAO DEL NORTE DISTR Tender
Civil And Construction...+2Civil Works Others, Manpower Supply
Philippines
Details: Description Procurement Of Security Services For Mpw-barmm Maguindanao Del Norte District Engineering Office: Five (5) Security Personnel (blue Guards Personnel), 8 Hours Per Shift For Twenty-four (24) Hours. Covering The Period Of January 2, 2025 To June 30, 2025. Note: Guard Schedule As Follows: 6am - 2pm: 1st Guard 2pm - 10pm: 2nd Guard And 3rd Guard 10pm - 6am: 4th Guard And 5th Guard Total Of (abc): Php 525,000.00 *for Official Use Of Mpw-barmm Maguindanao Del Norte District Engineering Office
Closing Date31 Jan 2025
Tender AmountPHP 525 K (USD 8.9 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0059 And 25dh0060 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program And Fy 2024 Agrarian Reform Fund Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only (p9,900,000.00) And Eight Million Nine Hundred Fifty Five Thousand Pesos Only (p8,955,000.00) Respectively, Being The Approved Budget For The Contract (abc) To Payment Under The Contract Id No. 25dh0059 And 25dh0060. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Construction Of Road, Barangay San Miguel-barangay Origuel, Majayjay, Laguna Contract Id No. : 25dh0059 Locations : Majayjay, Laguna Scope Of Works : Construction Of Road. Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 215 C.d. 2.name Of Contract : Construction Of Fmr In Sitio Kabuhayan, Brgy. San Juan, Kalayaan, Laguna Contract Id No. : 25dh0060 Locations : Kalayaan, Laguna Scope Of Works : Construction Of Road. Approved Budget For The Contract : P 8,955,000.00 Contract Duration : 150 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Roads. 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”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna 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 From March 20,2025 To April 08, 2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0059 - P 10,000.00 25dh0060 - 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 Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On March 27, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be 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_laguna1@dpwh.gov.ph For Electronic Submission On Or Before April 08,2025 Until 9:00 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 April 08, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. 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 Section 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 Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of One (1) Company Id And One (1) Valid Government Issued Id To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: March 20, 2025
Closing Date8 Apr 2025
Tender AmountPHP 8.9 Million (USD 157 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Invitation To Bid For Contract Id Nos. 25dh0049 And 25dh0050 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only (p9,900,000.00), Being The Approved Budget For The Contract (abc) To Payment Under The Contract Id Nos. 25dh0049 And 25dh0050. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Construction Of Multi-purpose Building (covered Court), Barangay Balian, Pangil, Laguna Contract Id No. : 25dh0049 Locations : Pangil, Laguna Scope Of Works : Construction Of Multi-purpose Building (covered Court). Approved Budget For The Contract : P 4,950,000.00 Contract Duration : 210 C.d. 2.name Of Contract : Construction Of Multi-purpose Building, Barangay Santo Tomas, Luisiana, Laguna Contract Id No. : 25dh0050 Locations : Luisiana, Laguna Scope Of Works : Construction Of Multi-purpose Building. Approved Budget For The Contract : P 4,950,000.00 Contract Duration : 210 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Buildings. 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”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna 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 From February 12,2025 To March 04, 2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0049 -p 5,000.00 25dh0050 - 5,000.00 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 Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On February 19, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be 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_laguna1@dpwh.gov.ph For Electronic Submission On Or Before March 04,2025 Until 9:00 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 March 04, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. 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 Section 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 Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of One (1) Company Id And One (1) Valid Government Issued Id To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: February 12, 2025
Closing Date4 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna Invitation To Bid For Contract Id Nos. 25dh0062 And 25dh0063 1. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna, Through The Fy 2025 R.a. 12116 Regular Infrastructure Program Intends To Apply The Sum Of One Hundred Four Million Four Hundred Seventy Thousand Pesos Only (p104,470,000.00), Being The Approved Budget For The Contract (abc) To Payment Under The Contract Id Nos. 25dh0062 And 25dh0063. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Laguna 1st District Engineering Office, Sta. Cruz, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Construction Of River Control Structure Along Romelo River, Siniloan, Laguna Contract Id No. : 25dh0062 Locations : Siniloan, Laguna Scope Of Works : Construction Of River Control. Approved Budget For The Contract : P 94,570,000.00 Contract Duration : 357 C.d. 2.name Of Contract : Construction Of A Flood Control Mitigation Structure/river Control At Bulusukan River In Pila, Laguna Contract Id No. : 25dh0063 Locations : Pila, Laguna Scope Of Works : Construction Of River Control. Approved Budget For The Contract : P 9,900,000.00 Contract Duration : 202 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium A (item 1) And Small B (item 2) For River Control. 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”. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways–laguna 1st District Engineering Office And Inspect The Bidding Documents At Brgy. Calios, Sta. Cruz, Laguna 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 From April 22,2025 To May 13, 2025 From The Address Below Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Follows: 25dh0062 - P 50,000.00 25dh0063 - 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 Department Of Public Works And Highways – Laguna 1st District Engineering Office Will Hold A Pre-bid Conference On April 29, 2025, 10:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna, Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be 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_laguna1@dpwh.gov.ph For Electronic Submission On Or Before May 13,2025 Until 9:00 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 May 13, 2025 Immediately After The Deadline For The Submission And Receipt Of Bid Proposals At 9:00 A.m. At The Conference Room, Dpwh-laguna 1st District Engineering Office, Brgy. Calios, Sta. Cruz, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Duly Authorized Who Choose To Attend At The Address Below And Only One (1) Representative Per Bidder Shall Be Allowed In The Opening Of Bid. Late Bids Shall Not Be Accepted. 12. The Department Of Public Works And Highways – Laguna 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. 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 Section 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 Of The Bid”. Upon Post-qualification The Lowest Complying Bidder Will Be Required To Present The Originals Of Their Contractor’s Registration Certificate To The Bac Secretariat, Dpwh-laguna 1st District Engineering Office, Sta. Cruz, Laguna Together With The Following Documents For Authentication: A. Pcab License; B. Certificate Of Material’s Engineer Accreditation; C. Certificate Of Safety Officer Seminar From Department Of Labor And Employment (dole); D. Philippine Government Electronic Procurement System (philgeps) Certificate Of Registration And Order Form (documents Request List); E. Cpes Rating Relevant To The Project; F. Tax Clearance And G. Certificate And/or Proof Of Accreditation Of Contractors’ Project Engineer, As Per Department Order No. 118 Series Of 2024 Guidelines On The Accreditation And Assignment Of Contractors’ And Consultants’ Project Engineer Which Was Imposed Upon Approval Where Only Accredited Project Engineers Of The Contractors And Consultants May Be Assigned To Supervise Dpwh Projects. 14. Visitors Must Present Copies Of One (1) Company Id And One (1) Valid Government Issued Id To Security Guard On Duty. 15. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals. 16. For Further Information, Please Refer To: Editha L. Laron Bac Secretariat Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Laron.editha@dpwh.gov.ph Dpwh.laguna1@gmail.com Danilo D. Apuada, Jr. Bac Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Callios, Sta. Cruz, Laguna (049) 546-7094/ (049) 501-2081 Date Of Posting At Philgeps: April 22, 2025
Closing Date13 May 2025
Tender AmountPHP 9.9 Million (USD 177.7 K)
5561-5570 of 5681 archived Tenders