Solar Tenders

Solar Tenders

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Software and IT Solutions
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: The California Institute Of Technology’s (caltech’s) Jet Propulsion Laboratory (jpl), Located At 4800 Oak Grove Drive, Pasadena, Ca 91109, Is Issuing The Subject Rfi To Obtain Information To Assess Current Industry Manufacturing And Technical Capabilities And Receive Rom Cost And Schedule Estimates Supporting The Development Of Various Sosa S3c & Hpsc Based Turn-key Products. glossary pic = Plug-in Card cfe/cfs = Core Flight Executive / Core Flight Software sosa = Sensor Open System Architecture s3c = Sosa Space Sub Committee f’ = F Prime Jpl Open-source Flight Software Framework sbc = Single Board Computer psc = Power Supply Card purpose nasa Is Seeking To Spur The Development Of An Industry Wide Ecosystem Of Standardized Interoperable Cards That Can Be Used To Implement Complete Spacecraft Avionics Systems Based On The Sosa™ S3c Profiles. To Guarantee Interoperability The Sosa™ Space Subcommittee, Comprising Members From Nasa, Ussf And Industry, Have Been Working On A Spacecraft Avionics Standard Derived From The Vita 78 (space Vpx) Specification. Initial Elements Of The Standard Are Documented In The Recently Released Sosa Standard Snapshot 3(see Sosa Space Appendix), Which Has Garnered Broad Industry Support. The Purpose Of This Rfi Is To Gather Information Which Could Eventually Lead To A Jpl Rfp Soliciting The Development Of One Or More S3c Spacevpx Compliant Development Kit(s) For Both Commercial Industry And Government Organizations. To This End, Information Is Requested Related To Integrated Development Kits, As Well As Constituent Products That Can Be Included In A Development Kit (i.e. Pics, Pscs, Software). Nasa Is Proposing Sbcs In This Development Kit Be Based On The High-performance Spaceflight Computing (hpsc) Processor, Currently In Development With Microchip Technology Inc. In A Partnership With Nasa And Jpl, Using The Sosatm S3c Sbc Slot Profile. overview the Development Kit Is Part Of A Broader Nasa Effort To Advance Space-based Computing Through The Sensor Open System Architecture (sosa™) And Its Space Subcommittee (s3c). The Sosa™ S3c Aims To Create A Standardized And Interoperable Framework For Space Systems, Encouraging Collaboration Among Government Agencies, Industry, And Academia To Develop Interoperable Hardware And Software Solutions. This Effort Will Support The Creation Of Turn-key Systems For Testing, Development, And Flight, Enabling More Efficient And Cost-effective Space Mission Planning And Execution​​. background nasa’s High Performance Spaceflight Computing (hpsc) Project Is Delivering Purpose-built Space Computingtechnologyfor High Performance Computing. The High-performance Spaceflight Computing (hpsc) Project, A Collaboration Between Nasa And Microchip Technology Inc., Is Finalizing A Cutting-edge, Radiation-hardened Flight Processor That Offers 100 Times The Computational Power Of Current Spaceflight Computers. It Will Provide High Performance Ai Dataflow Processing With Scalable Vector Computing Capabilities That Are Critical For The Science And Autonomy Needs Of Future Advanced Space Systems. hpsc Is Fault-tolerant: Specially Designed To Survive In Space And Contains Features That Ensure It Can Operate Correctly And Provide Reliable Results In The Harshest Of Natural Space Environments. This Ensures The Most Critical Operations Such As: robotically Landing On Or Flying On Another Planet supporting Astronauts Far From The Earth operating Near Small Bodies In The Outer Solar System hpsc Builds On Industry-standards. The Core Of The Hpsc Design Is An Industry Standard Risc-v Based Cpu Bundled With Significant Fault And Radiation Tolerance, And A Full Security Suite As Well As All The Software Required To Run It. The Hpsc Also Includes A Suite Of Features And Industry-standard Interfaces And Protocols Not Previously Available For Space Applications. hpsc Offers A Variety Of Advanced Capabilities: space-grade 64-bit Processor Architecture: Includes Eight Sifive Risc-v X280 64-bit Cpu Cores Supporting Virtualization And Real-time Operation, With Vector Extensions That Deliver Up To 2 Tops (int8) Or 1 Tflops (bfloat16) Of Vector Performance For Implementing Ai/ml Processing For Autonomous Missions. high-speed Network Connectivity: Includes A 240 Gbps Time-sensitive Networking (tsn) Ethernet Switch For 10gbe Connectivity. Also Supports Scalable And Extensible Pcie® Gen 3 And Compute Express Link™ (cxl™) 2.0 With X4 Or X8 Configurations And Includes Rmap-compatible Spacewire Ports With Internal Routers. low-latency Data Transfers: Includes Remote Direct Memory Access (rdma) Over Converged Ethernet (rocev2) Hardware Accelerators To Facilitate Low-latency Data Transfers From Remote Sensors Without Burdening Compute Performance – Maximizing Compute Capabilities By Bringing Data Close To The Cpu. platform-level Defense Grade Security: Implements Defense-in-depth Security With Support For Post-quantum Cryptography And Anti-tamper Features. high Fault-tolerance Capabilities: Supports Dual-core Lockstep (dcls) Operation, Worldguard Hardware Architecture For End-to-end Partitioning And Isolation, And An Onboard System Controller For Fault Monitoring And Mitigation. flexible Power Tuning: Includes Dynamic Controls To Balance The Computational Demands Required By The Multiple Phases Of Space Missions With Tailored Activation Of Functions And Interfaces. for More Information On The Hpsc Capabilities Please Contact Microchip Technology Inc. (tao.lang@microchip.com) sosa™ S3c/hpsc Development System Overview the Sosa™ S3c/hpsc Development System Comprises A Lab-grade Hardware Suite And Accompanying Software That, Together, Offer A Versatile Platform For Developing And Testing Hardware And Software For Space Applications. These Systems Should Have A Viable Path To And Should Be Form, Fit, And Function Equivalent To An Eventual Flight Model. Below Are Some Examples Use Cases That Highlight The Potential Applications And Benefits Of The Development System: development Of Flight Software: use Case: Engineers Can Use The Development System To Develop And Validate Flight Software Such As Nasa’s Core Flight Executive/core Flight Software (cfe/cfs) And The F Prime (f’) Framework Developed By Jpl. benefits: This Allows For Thorough Testing In A Controlled Environment, Ensuring That The Software Performs Reliably Under Different Conditions. hardware Integration And Testing: use Case: The Development System Can Be Used To Integrate Various Pics And Other Infrastructural Hardware Elements Into A Multi-slot S3c Chassis. This Includes Components Like Pscs, Sbc, Data Storage Cards, Io Expanders, And More. benefits: This Facilitates Comprehensive Hardware Testing, Ensuring Compatibility And Functionality Of Different Components Within The System. prototype And Engineering Model Development: use Case: The System Can Support The Development Of Prototypes And Engineering Models Of Flat Sats And Similar Flight Systems. These Prototypes Can Be Tested For Various Parameters, Including Performance, Reliability, And Resilience To Environmental Factors. benefits: Early Identification And Resolution Of Potential Issues, Leading To More Robust And Reliable Flight Systems. educational And Training Purposes: use Case: Academic Institutions And Training Centers Can Use The Development System To Educate Students And Professionals About Space System Design And Testing. benefits: Provides Hands-on Experience With Real-world Hardware And Software Used In Space Missions, Enhancing The Skills And Knowledge Of The Next Generation Of Aerospace Engineers. collaborative Development And Standardization: use Case: The System Can Be Used By Different Organizations (e.g., Nasa, Jpl, Afrl, Aerospace Primes) To Collaboratively Develop And Refine Standards For Space Systems, Such As Those Defined By The Sosa™ S3c. benefits: Promotes Interoperability And Standardization Across Different Space Missions And Organizations, Leading To More Efficient And Cost-effective Development Processes. performance Benchmarking And Validation: use Case: The Development System Can Be Used To Benchmark The Performance Of Various Hardware And Software Configurations, Ensuring That They Meet The Required Specifications For Space Missions. benefits: Provides Validated Performance Data, Helping Stakeholders Make Informed Decisions About Hardware And Software Choices Before Making Large Investments In Hardware, Software, And Systems Development. custom Configuration And Flexibility Based On Industry Standards: use Case: Users Can Configure The System With Different Pics And Software Elements To Suit Specific Mission Requirements. The Development System Supports Various Operating Systems, Including Linux Variants And Real-time Operating Systems Like Vxworks. benefits: Offers Flexibility To Tailor The System To Specific Needs, Ensuring That It Can Be Adapted To A Wide Range Of Applications Based On An Industry Standard Platform Which Reduces Time-to-market And Time-to-flight, Reduces Project Cost And Reduces Project Risk. these Examples Demonstrate The Versatility And Utility Of The Sosa™ S3c/hpsc Development System, Highlighting Its Potential To Significantly Advance The Development And Testing Of Space Systems. for More Detailed Information On The Hpsc Project And Its Applications, Refer To The Following Sources: high Performance Spaceflight Computing (hpsc) - Nasa (link Below) sosa™ S3c/hpsc Development Kit Specifications turn-key Lab Development System/testbed (not For Environmental Or Flight Testing) Comprising: a. Multi-slot S3c Chassis With Cards (examples: Psc, Hpsc Sbc, Data Storage, Ssd, External I/o), Operating System With Appropriate Test And Debug Capability For Basic Software Development And Hardware Testing (of The Delivered Unit), And Chassis Management Software. b. The Initial Product Could Feature A 3u 8-slot Backplane/chassis And A Single Psc And Sbc With Appropriate Software. c. The Initial Product May Consist Of Non-flight Parts But Will Include A Pathway To Upgrade To Flight-certified Components. d. The Initial Product Should Incorporate Either A Linux Variant Or One Of The Standard High-end Real-time Operating Systems Like Vxworks, Along With Compilers, Standard Debuggers, And Other Development System Elements For The Hpsc Sbc. The Delivered Chassis Should Include Interfaces For Integrating Other Pics And Software Elements, Ipmc Functions, And Chassis Managers. e. A User’s Guide Should Be Provided. 2. Elements (building Blocks) Of A Sosa S3c System That Allow Users To Configure Their Own Hardware And Software Solutions, Including The Turn-key System Above And Potentially Other Pics As Defined In The Standard. 3. Turn-key Testbed Support Equipment To Complement The Sosa S3c System. This May Include Rack Hardware, Development Computers And Monitors, Network Support Equipment, Additional Capacity For Analysis Equipment, Cooling Solutions, And Power Management. summary Of Sosa™ S3c/hpsc Development Kit nasa Seeks Information Leading To The Potential Development, In A Public-private Partnership, Of A Sosa S3c/hpsc Development System And Testbed. Both Input From Potential Developers And Potential Users Is Requested. The Development Kit Should Encompass: hardware, E.g., Psc/pics And Ancillary Infrastructural Hardware Elements. software, E.g., Full Package To Support Sosa S3c Chassis And Cards As Well As Configuration Software And Any Software Needed For The Testbed Support Equipment. to Identify Potential Industries And Partners Nasa Seeks The Below Information: technical Specifications And Costing: turnkey System: Provide Concept Specifications, Rom (rough Order Of Magnitude) Costing, And Deployment Schedule Estimates For A Complete Sosa S3c/hpsc Development System And Testbed. constituent Elements: Technical Concept Specifications, Rom Costing, And Integration Schedules Estimates For Individual Pics, Software And Components Needed For Assembly. 2. Alternative Approaches: propose Possible Alternative Configurations Or Technologies That Can Reduce Costs And Improve Utility While Meeting The Primary Objectives Outlined. 3. Provider Capabilities identify Your Ability To Provide Pics Or Fully Integrated Development Systems. 4. Funding specify Schedule Estimates, Estimated Resource Requirements, And Potential For Cost Sharing Versus The Need For Nasa Non-recurring Engineering (nre) Support. 5. Market Size And Marketing Approach: provide An Analysis Of The Market Size And Growth Potential Within The Space Sector For The Sosa S3c/hpsc System And Testbed. outline Your Marketing Approach, Including Strategies To Penetrate Non-space Markets Such As Defense, Broader Aerospace, And Industrial Automation. 6. Storefront/customer Support Approach: describe Your Storefront Or Online Platform Where Customers Can Access Information, Place Orders, And Receive Support For Aerospace Systems. detail Your Customer Support Strategy, Including Technical Assistance, Training Programs, And Maintenance Services. 7. Manufacturing Capability: detail Any Manufacturing Capabilities Relevant To Producing Components Or Systems For Aerospace Applications, Including The Following: quality Assurance: Explain Your Quality Control Measures And Certifications (e.g., As9100) Ensuring The Reliability And Performance Of Aerospace Components. electronic Testing: Outline Your Capabilities In Electronic Testing And Verification To Meet Stringent Aerospace Requirements. mechanical/electronic Packaging Design: Describe Your Expertise In Designing Robust And Space-efficient Mechanical And Electronic Packaging Solutions Suitable For Aerospace Environments. additional Information the Requested Information Is For Preliminary Planning Purposes Only And Does Not Constitute A Commitment, Implied Or Otherwise, That Jpl Will Solicit You For Such Procurement In The Future. Neither Jpl Nor The Government Will Be Responsible For Any Costs Incurred By You In Furnishing This Information. the North American Industry Classification System (naics) Code And Description For This Acquisition Is 334511 Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing. The Size Standard For This Naics Code Is 1,350 Employees. Additional Information Can Be Found Here: Https://www.sba.gov/document/support-table-size-standards. perspective Subcontractors Are Advised That Any Information Provided Shall Be Deemed To Be Furnished With Unlimited Rights To Jpl, With Jpl Assuming No Liability For The Disclosure, Use Or Reproduction Of Such Data. please Provide The Requested Information By January 31, 2025 Via Email To: jpl Subcontracts Manager, Gabriel.obregon@jpl.nasa.gov. if You Have Any Questions About This Rfi, Please Contact The Undersigned.

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: The National Aeronautics And Space Administration (nasa) Langley Research Center (larc) Is In The Early Stages Of Developing A Mission Design, Project Implementation Plan, And Procurement Strategy That Could Potentially Lead To An Earth Aerocapture Technology Demonstration Mission. Nasa Larc Is Hereby Soliciting Information From Potential Sources With The Capabilities To Provide Spacecraft Systems And Mission Operations For The Mission. the Mission Would Demonstrate Aerocapture At Earth As A Precursor To Using The Technology For Future Planetary Science Missions. Aerocapture Technology Reduces The Required Capability And Mass Of A Spacecraft Propulsion System, Lowering The Launch Vehicle Payload Mass Or Enabling More Capacity For Science Instruments, And Is Particularly Beneficial For Missions To The Solar System's Ice Giant Planets [1]. The Demonstration Mission Is Intended To Focus On Key Objectives Necessary To Mature The Technological Readiness Of Aerocapture Including Vehicle Aerodynamics, Flight Dynamics, Guidance, Navigation And Control, And Mission Operations. Flight Data Will Be Acquired During The Demonstration And Used To Improve And Validate Tools To Design And Plan Future Missions. nasa Is Considering Two Concepts For The Mission, Both Of Which Use A Small Entry Capsule (referred To As The Aerocapture Flight System, Or Afs) To Execute The Aerocapture Maneuver. The Afs Is Comprised Of An Aeroshell, Reaction Control System, Other Ancillary Systems, And A Smallsat That Is Released Into Earth Orbit. The First Mission Concept Utilizes A Geostationary Transfer Orbit (gto) As An Initial State For The Afs, Which Is Deployed Into Gto From An Evolved Expendable Launch Vehicle (eelv) Secondary Payload Adapter (espa). In The Second Concept, The Afs Is Released On An Earth Intercept Trajectory From A Spacecraft Returning From A Lunar Mission. A Preliminary Concept Of Operations (conops) For A Gto-based Aerocapture Demonstration Is Illustrated In Figure 1 (attached). Details Shown Regarding Orbit Altitudes Are For Reference Only, And Will Continue To Be Resolved (tbr) In Upcoming Design Trades. referring To Figure 1, The Preliminary High-level Mission Conops And Sequence Of Events Is As Follows. The Sequence Of Events Is For Reference And Context Only To Support The Vendors' Responses To This Request For Information, And Will Continue To Be Updated As Nasa Larc Progresses Through The Early Stages Of Mission Design. the Afs, Attached To The Port Of An Espa Grande With A Separation Mechanism, Is Delivered And Released Into Gto By The Launch Vehicle. The Afs Continues In Gto While Using Its Reaction Control System To Maintain Attitude During Preparations For The Aerocapture Maneuver. Nasa's Intention Is For The Afs To Complete Less Than Two Full Orbits Before Beginning The Aerocapture Maneuver. near Gto Apogee, The Afs Reaction Control System Delivers The Delta-v Required To Divert The Capsule Along The Flight Path Necessary To Intercept The Earth's Atmosphere And Initialize The Aerocapture Maneuver. the Afs Reaction Control System Continually Adjusts The Capsule's Attitude, Utilizing The Vehicle's Aerodynamic Lift To Maintain Its Flight Path Inside A Pre-planned Corridor Through The Earth's Atmosphere With A Periapsis Of Approximately 65 Km (tbr). after Completing The Atmospheric Flight, The Afs Exits The Earth's Atmosphere In An Elliptical Orbit With An Apoapsis Of Approximately 500 Km (tbr). within 15 Minutes (tbr) After Exiting The Earth's Atmosphere, The Forward Heatshield Of The Afs Aeroshell Is Jettisoned And A Smallsat Is Released Into The New Elliptical Orbit. The Smallsat Utilizes Its Attitude Control System To Attain A Stable Attitude And Prepares For An Apogee Burn To Circularize The Orbit. when The Smallsat Reaches Apogee For The First Time, Its Propulsion System Delivers The Delta-v Necessary To Circularize The Orbit At An Altitude Of 500 Km (tbr). the Smallsat Continues In Its Circular Orbit Until The Flight Data Acquired Throughout The Demonstration Has Been Transmitted To Ground Stations. Successful Transmission Of The Flight Data Signifies The End Of The Demonstration, Subject To Any Spacecraft Disposal Operations Necessary In Accordance With Nasa Orbital Debris Requirements [2, 3]. the Salient Features And High-level Functional Requirements Of The Afs That Are Envisioned To Support The Mission’s Preliminary Concept Of Operations Are As Follows. Since Nasa Is In The Early Stages Of Mission And System Design, These Features And Requirements Are Subject To Change As The Design Matures. The Information Is Provided Herein As A Reference For Vendors To Consider When Evaluating The Mission Concept And Assessing The Capabilities That Vendors May Contribute To The Demonstration Mission In Response To This Request For Information. afs Mass And Volume: The Afs Shall Be A Blunt-body Capsule With A 60° (tbr) Sphere-cone Forebody Geometry. The Aeroshell Backshell Geometry Has Not Been Determined, But Must Provide The Volume To Accommodate The Smallsat, The Afs Reaction Control System, Wiring Harnesses, And Ancillary Systems Required To Perform The Mission. The Afs Shall Possess The Mass And Volume To Be Accommodated On A Single Port Of An Espa Grande [4]. afs Aeroshell: The Aeroshell Shall Be Comprised Of A Forebody Heatshield Structure And A Backshell Structure With Mechanical Provisions To Separate The Two Structures After Completion Of The Aerocapture Maneuver. The Backshell Structure Shall Accommodate A Separation Ring To Attach And Release The Afs From The Espa Grande Port. Either Structure Shall Incorporate The Mechanical Interface To Attach And Release The Smallsat After The Aeroshell Structures Are Separated. The Backshell Shall Incorporate External Mechanical Interfaces For Ground Support Equipment (gse) And Electrical Connections For Battery Charging And Functional Tests Prior To Launch. Devices To Sever Wiring Harnesses Between The Smallsat And Afs Systems Will Be Required, And Depending On The Smallsat's Telecommunications Configuration, An Antenna(s) Mounted To The Backshell Structure May Also Be Needed. aerodynamic Lift Provisions: The Afs Will Control Its Flight Path During The Aerocapture Maneuver By Modulating The Magnitude And/or Direction Of The Entry Capsule's Aerodynamic Lift Vector (e.g., Bank Angle Modulation). The Vehicle's Aerodynamic Lift Is Envisioned To Be Produced By The Capsule Flying At An Angle-of-attack Induced By Either A Center-of-gravity (cg) Offset Or An Asymmetric Aerodynamic Device Such As A Trim Tab. Nasa's Near-term Trade Studies Will Evaluate The Different Methods Of Producing Aerodynamic Lift Considering System Mass, Technological Readiness, Complexity, And Risk. thermal Protection Systems: The Aeroshell Forebody Heatshield And Backshell Shall Include Government-furnished Thermal Protection Systems (tps) To Protect The Afs From The Aerothermal Environments Produced During The Aerocapture Maneuver. The Tps Will Be Designed To Accommodate The Entry System Instrumentation (esi) Described Below And Other Ancillary Systems And Interfaces That Require Tps Penetrations For Installation And/or Operation. entry System Instrumentation: The Government Will Furnish Esi To Be Incorporated Into The Aeroshell Heatshield And Backshell. The Esi Will Be Comprised Of Thermocouples And Pressure Transducers, The Quantities And Locations Of Which Have Not Been Determined, To Measure The Afs Entry Environments During The Aerocapture Maneuver. A Flight Data System Residing On The Smallsat Shall Provide Power To The Esi And Record And Store The Esi Data That Will Be Transmitted To Ground Stations Near The Conclusion Of The Demonstration. afs Reaction Control System: The Afs Shall Incorporate A Reaction Control System With The Capability To Correct For Launch Vehicle Orbit Insertion Dispersions, Deliver The Delta-v To Divert The Afs Into The Intended Earth Atmosphere Interface Conditions For Aerocapture, And Maintain Afs Attitude As Required From Gto Insertion Through The Aerocapture Maneuver To The Point When The Aeroshell Separates And The Smallsat Is Released. afs Smallsat: The Preliminary Demonstration Mission Concept Of Operations Requires The Afs Smallsat To Be Operational For The Full Duration Of The Technology Demonstration Timeline. The Smallsat Shall Provide Power, Avionics And Flight Instrumentation Including An Inertial Measurement Unit (imu), Command And Data Handling (c&dh), Attitude Determination And Control, And Communications For All Mission Phases From Gto Insertion To Data Download And Orbital Debris Mitigation (as Required). The Smallsat Is Required To Interface With External Systems, Such As The Afs Reaction Control System And Esi, To Support The Mission Through The Aerocapture Maneuver, And Then Operate In A Stand-alone Configuration After Being Released From The Aeroshell. to Aid In Continuing The Formulation Of A Mission Design And Developing A Procurement Strategy To Implement The Mission, Nasa Larc Is Conducting Market Research Seeking Sources With Demonstrated Experience To Provide The Following Capabilities To Support The Demonstration Mission. design And Delivery Of The Afs: Design, Fabricate, Integrate, And Test The Afs Including The Aeroshell, Reaction Control System, Smallsat, Separation Systems, And Government-furnished Tps And Esi. Deliver The Afs To The Launch Provider And Support Assembly, Test, And Launch Operations (atlo). mission Design And Navigation: Design Of The Orbital Mechanics And Navigation From The Point The Afs Is Released Into Gto To End-of-mission. Mission Design Will Be Supplemented By Government-furnished Guidance, Navigation And Control (gnc) Software To Control The Afs During The Aerocapture Maneuver. Capabilities Shall Include Experience With Mission Design And Navigation For High-energy Earth Orbits And Missions Returning From Lunar Environs. mission Operations: Establish A Ground Operating System And Conduct Mission Operations For All Phases Of The Demonstration From Launch To Mission Termination. nasa Larc Is Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi), And Members Of The Underserved Communities As Defined By Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For The Earth Aerocapture Technology Demonstration Mission. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. interested Firms Possessing One Or More Of The Capabilities Described Above Should Submit A Capability Statement Of No More Than 20 Pages(excluding Cover Page And Table Of Contents) Indicating The Ability To Perform These Aspects Of The Demonstration Mission. Please Include The Following Elements In The Capability Statement. mission Conops Assessment: The Preliminary Mission Conops Described Herein Was Formulated To Advance The Technology Readiness Level (trl) Of Aerocapture And Enable Its Infusion Into Future Planetary Missions. The Conops Includes Multiple Events Requiring Mechanical Separations And Severing Of Wiring Harnesses, And Relies On A Smallsat Capable Of Controlling A Flight System In Two Different Configurations (afs And Stand-alone Smallsat). Provide An Assessment Of The Preliminary Conops Identifying Design Drivers And Risks Relative To Existing State-of-the-art Systems And Your Capabilities And Experience. Please Include An Evaluation Of The Potential Mass And Volume Of The Afs Relative To The Espa Grande Accommodation Requirements. Suggest Changes In The Conops Or The Afs Configuration That Would Substantially Reduce Risk And Cost Without Significantly Compromising The Demonstration Objectives. describe Your Organization's Capability And Experience To Provide A Smallsat Spacecraft And Flight Software That Meets The Mission Requirements. Due To The Anticipated Fast-paced Implementation Of The Mission, Smallsats That Are Nearly "off-the-shelf" Are Considered To Be Advantageous To Mission Success. Include Information On The Smallsat Form Factor, Mass, Accommodation Requirements, And Operational Heritage. Describe The Smallsat Capability To Interface And Manage External Systems Such As The Afs Reaction Control System, And Explain How The Smallsat Would Accommodate The Changes In The Flight System Configuration That Occur During The Mission. describe Your Organization's Capability And Experience To Design And Provide The Afs Aeroshell. Provide Examples Of Aeroshells Of Similar Scale And Mass Utilized For Earth Atmospheric Entry In Previous Missions. Describe The Basic Aeroshell Structural Architecture And Any Unique Features Required By The Mission That Introduce Substantial Risk And Cost. Discuss The Provisions Necessary To Implement The Three Separation Events Required For The Mission Conops: 1) Separation Of The Afs From The Espa Grande, 2) Separation Of The Afs Forebody Heatshield, And 3) Separation Of The Smallsat From The Aeroshell. describe Your Organization's Capability And Experience To Plan And Conduct The Afs Integration And Testing. Include A Description Of Facilities, Ground Support Equipment, And Capabilities For Afs Environmental Testing. Include A Description Of Previous Experience Integrating Thermal Protection Systems Onto Blunt-body Aeroshells And The Installation Of Thermocouple And Pressure Transducer Instrumentation. describe Your Organization's Capability And Experience To Design Missions And Navigation Strategies For Spacecraft In High-energy Earth Orbits Or Returning From The Moon. Include Information On Analysis Tools And Methods And Highlight Any Previous Missions With A Concept Of Operations Similar To The Aerocapture Demonstration Mission. describe Your Organization's Capability To Establish A Ground Operating System And Conduct Mission Operations. Include Information On Existing Infrastructure That Would Be Leveraged For The Mission Including Telecommunications Ground Stations, Mission Operating Centers, And Ancillary Hardware And Software. describe Your Plans For Partnering With Other Organizations To Provide Any Of The Aforementioned Capabilities For The Mission. all Responses Shall Be Submitted Electronically Via Nasa’s Enterprise File Sharing And Sync Box (efss Box), Fedramp Moderate Certified Platform, No Later Than January 15, 2025. Electronic Submissions Shall Not Contain Hidden Formulas, Tables, Be Locked, Be Password Protected, Or Contain Links To Data Not Included In The Electronic Copy. Please Reference The Synopsis Number And “earth Aerocapture Demonstration Rfi” In Any Response. All Responses Shall Be Submitted To: Https://nasagov.app.box.com/f/7cf6c2fec43e4f7b8d1dff31208c6be9. If You Have Any Trouble Submitting Your Response Via Efss Box, Please Contact Stacy Hollis At Stacy.m.hollis@nasa.gov. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. references: [1] "uranus Flagship-class Orbiter And Probe Using Aerocapture," Aiaa 2024-0714, Aiaa Scitech Forum, Orlando, Florida, January 2024. [2] "process For Limiting Orbital Debris," Nasa-std-8719.14c , November 5, 2021. [3] "orbital Debris Mitigation," Nasa-npr-8715.6e, April 18, 2024. [4] "espa User's Guide, The Eelv Secondary Payload Adapter," Moog, Incorporated.

U S COAST GUARD USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: This Combined Synopsis/solicitation For Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. the Solicitation Number Is 37130pr250000028 applicable North American Industry Classification Standard (naics) Codes Are: 332618 other Fabricated Wire Product Manufacturing this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Best Value. when Submitting Your Proposals, Request A Price Breakdown Of The Following: a. Cost Of Labor And Supervision b. Cost Of Materials And Equipment Needed To Perform The Work. prospective Contractors Shall Also Provide Along With Your Proposal Past Performance Documents Which Will Be Used To Determine Expertise To Perform Such Work. contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow. Past Performance And Cost Factors Will Also Be Used When Selecting The Award. anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 Feb 2025 ***quotes Are To Be Received No Later Than Close Of Business (3 Pm Est) On Friday Jan 31, 2025. Quotes Can Be Emailed To: Mehdi.bouayad@uscg.mil quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To: commanding Officer Procurement & Contracting Miami 16001 Sw 117th Ave miami, Fl 33177 telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In (sam.gov | Workspace) wage Determinations: Service Contract Act Wd # 2015-4571, Revised 12/23/2024 ****** Site Visit Is Highly Recommended, However Not Mandatory, Will Be Hosting A One-day Site Visit On Wednesday 22 January 2025, At 10 Am Est At The Project Site, Please Coordinate With Emc Malcolm Holmes, Who Is The Poc On The Project. (poc Information Is Below) email: Malcolm.e.holmes@uscg.mil phone: (727) 824-7584 location Of Project: Uscg Sector St. Petersburg And Marine Safety Office Davis Island 600 8th Ave. Se st. Petersburg, Fl 33701 point Of Contact the Government Point Of Contact (poc) For This Work Is Emc Malcolm Holmes, Phone Phone: (727) 824-7584, Email: Malcolm.e.holmes@uscg.mil the Contractor Shall Coordinate With The Poc To Minimize Interference With Coast Guard Operations Or Personnel. All Work Shall Be Coordinated With Other Trades Involved In The Project And Carefully Laid Out In Advance. performance Period: Performance Of Work Is Expected To Commence Nlt 7-10 Business Days After Award Is Made. Anticipated Award Date: 07 Feb 2025 q&a’s: Questions Concerning The Work Requested Must Be Sent To Mehdi.bouayad@uscg.mil By Cob Friday Jan 24, 2025. These q&a’s Will Be Answered And Posted To This Solicitation As An Amendment Prior To Close Of Solicitation. xi: Scope Of Work: Statement Of Work For The Replacement Of Gate Operator And Increase Elevation For uscg Sector St. Petersburg 600 8th Ave. Se st. Petersburg, Fl 33701 and marine Safety Office Davis Island 1301 Beach Dr. Se, st Petersburg, Fl 33701. part 1 General intent: The Intent Of This Project Is To Replace The Gate Operators And Increase Gate Elevation At Sector St. Petersburg And Davis Island To Ensure Proper Transferring Capabilities In A Power Loss Scenario. scope Of Work This Project Involves Upgrading The Gate System By Installing New Safety And Operational Components. The Contractor Shall Provide And Install 04 Max Rhino 4000 24vdc Slide Gate Operators Or Equivalent Equipment, Ensuring That All Installation Is Performed In Compliance With The Manufacturer’s Instructions. The Gate Operators Must Be Suitable For Gates Measuring 60 Feet In Length And Weighing Up To 4,000 Lbs. The System Shall Operate On A 115/230vac Power Source Or 24vdc Solar Power, With A 24vdc Operational Voltage. The Gate Operators Must Feature Continuous Duty Brushless Motors, Capable Of Opening Gates At Speeds Of Approximately 10 To 19 Inches Per Second. Each Unit Shall Include A 24vdc Battery Backup System With Four 7-ah Batteries, Allowing Up To 200 Full Cycles On Backup Power. The Installation Shall Also include A 30-foot #50 Nickel-plated Chain, An Entrapment Prevention Device, And Six Optex 50tnr Dual-beam Photocells With Battery-powered Transmitters. Additionally, All Gate Chains Must Be Replaced With #40 Dacromet-coated Rust-resistant Chains. The Installation Requires Operator Riser Plates Measuring 2 Feet In Height, Each Mounted On 2 1/2-inch Ss40 Posts, With A Total Of Four Riser Plates To Be Provided. Existing Wiring Shall Be Extended To The New Operator Locations Using Watertight Junction Boxes, And The Contractor Shall Handle The Removal And Disposal Of Existing Operators. On-site Welding Will Be Necessary For The Installation Of Chain Brackets, And The System Must Include Five Optex Virtual Loops With A Range Of Up To 16 Feet. The Contractor Is Responsible For Ensuring The Installation Meets Industry Standards And That The Manufacturer’s 3-year Limited Warranty Is Maintained. On-site Welding Will Be Performed As Needed For The Installation Of Chain Brackets, Ensuring Structural Integrity And Proper Alignment. 3. Qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements And Shall Be A Licensed And Certified To Conduct Clean Up And Remediation Activities. All Personnel Shall Have At A Minimum An Understanding Of Operation, Maintenance Procedures, And Regulatory Requirements Associated With The Work Outlined In This Sow. continuity Of Facilities Operation: Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Representative. government Furnished Materials: None part 2 Performance Standards 1. Performance Requirements: Contractor Shall Provide The Following Services: a. Removal Of All Components In Current Gate Operators At Sector St. Petersburg And Davis Island b. Installation Of All Gate Operators, Components, Safety Accessories And Elevation Lift At Sector St. Petersburg North And South Pier c. Testing Of Installed Equipment At Sector St. Petersburg North And South Pier d. All Work Working Equipment Will Be Return To The Unit e. All Damage Equipment Will Be Deposal Of By Contractor. f. Testing Of Installed Equipment At Davis Island. 2. Contractor Shall Be Responsible For Daily Removal Of All Construction Debris And Shall Ensure That Job Site Cleanliness Is Maintained For The Duration Of The Work. a. Site Assessment: 1) Conduct A Thorough Assessment Of The Installation Site. 2) Site Visit: All Bidders Are Strongly Encouraged To Visit The Site To Verify Any/all Quantities Before Submitting Bids. Interested Parties Shall Coordinate Site Visits With Emc Malcom Holmes @ (727) 824-7584 / Malcom.e.holmes@uscg.mil 3. Performance Standards. Proper Adherence To All Osha And Industry Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services. dcc Timothy Bakels email: Timothy.g.bakels@uscg.mil (727) 824-7599 emc Malcolm Holmes email: Malcolm.e.holmes@uscg.mil (727) 824-7584 4. Conditions Affecting The Work: The Contractor Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification Or Related Documents. 5. After Award Of The Contract: The Contractor Must Immediately Notify The Contracting Officer’s Qae Representative Of The Intended Start Date. The Work Shall Be Done In Accordance With The Specification. 6. Oral Modification: No Oral Statements Of Any Person Other Than The Contracting Officer Shall In Any Manner Or Degree, Modify Or Otherwise Affect The Terms Of This Contract. 7. Workmanship: All Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Contracting Officer. 8. Permits: The Contractor Shall Without Additional Expense To The Government, Obtain All Appointments, Licenses, And Permits Required For The Prosecution Of The Work. The Contractor Shall Comply With All Applicable Federal, State And Local Laws. 9. Clean Up: All Trash And Debris Shall Be Removed From The Site Daily. The Job Site Shall Be Left In A Clean And Neat Manner. 10. . Work Outside Regular Hours: If The Contractor Desires To Carry On Work On Saturday, Sunday, Holidays Or Outside The Unit’s Regular Hours (0730-1600), They Must Submit Their Request In Writing To The Contracting Officer’s Qae Representative For Approval Consideration. The Contractor Shall Allow Ample Time To Enable Satisfactory Arrangements To Be Made By The Government For Inspecting The Work In Progress. 11. Upon Completion Of Work: Contact The Contracting Officer’s Qae Representative To Arrange For Inspection/acceptance Of Work. 12. Liability Of Damages. The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others. 13. 15. Safety Requirements: 14. Responsibilities:all Contractors Working On Uscg Facilities Shall Abide By All Federal Safety Regulations As Published By The Occupational Health And Safety Administration, 29 Cfr 1910 (series), 29 Cfr 1925 (series) And 29 Cfr 1926 (series). Contractor Written Safety Programs Shall Be Reviewed By The Safety Officer Prior To Starting Work. 15. Written Notification Must Be Provided To The Cg Sector St. Petersburg’s Assistant Safety Officer, Cwo Justin David @ (619) 788-7170 In Their Capacity As Fire Marshal Of Any Activity That Could Potentially Cause Fire Or Explosion Or Those Changes Or Reduces The Capability Of Fighting A Fire Or Explosion. Some Examples Of Qualifying Activities Are A Fire Hydrant Or Fire Suppression System That Must Be Taken Out Of Service For Any Reason, Electrical Work That Affects Fire Alarm Systems, Introduction Of Hazardous Or Flammable Material Onto The Unit, And Blocking Of Any Egress Routes Or Emergency Vehicle Routes. Inclusion Of This Information In The Contract Constitutes Written Notification If The Outsource Review Sheet Is Signed By Safety Officer. 16. Copies Of The Following Must Be Provided To The Safety Officer, Prior To Starting Work In Affected Areas: Confined Space Entry Permits, Hot Work Chits, And Dig Chits. Confined Space Clearance Must Be Conducted By A Certified Marine Chemist And Permit Required Spaces Will Have A Copy Of The Permit Posted On Site During Work. Hot Work applicable Far Clauses 52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (sept 2023) 52.212-3 Offeror Representations And Certifications -- Commercial Items (may 2024) 52.212-4 Contract Terms And Conditions—commercial Items (oct 2018) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (nov 2023) 52.222-41 Service Contract Labor Standards (aug 2018) work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 3 Pm) No Weekends Or Holidays Authorized. see Attached Applicable Far Clauses By Reference. offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov. request Company’s Tax Id Information And Uei Number. vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award. vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.

Gemeinde Sch Neiche Bei Berlin Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: B01-08 Interior doors, toilet partitions, sliding door, movable partition Short description of the property: The construction project involves a free-standing 2-storey new building of a sports changing room with a club restaurant. The new building is to be an efficiency building and achieve level 40 (beg). The construction project is in drinking water zone IIIB. Various requirements must be observed. Due to the approved BBSR funding (Federal Institute for Building, Urban and Spatial Research), extensive requirements must be met in terms of the quality of the materials, particularly in reinforced concrete and timber construction. The building is planned as a mixed construction. The ground floor will be built predominantly solid and the upper floor primarily in timber construction and with only a few reinforced concrete walls. The roof is divided into two parts, a pent roof with solar panels is planned to the north and the building will have a flat green roof to the south. An elevator will be integrated to ensure accessibility. Rainwater drainage is carried out via rainwater troughs. The heating is operated via surface collectors, and the hot water supply is decentralized. A bicycle shelter will also be built on the construction site, as well as car parking spaces.

Gemeinde Sch Neiche Bei Berlin Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: B01-40 Outdoor facilities Laying of underground sewage pipes, construction of a lifting station and a grease trap, paving work, planting work, fence construction and metalwork Brief description of the object: The construction project is a free-standing 2-storey new building of a sports changing room with a club restaurant. The new building is to be an efficiency building and achieve level 40 (beg). The construction project is in drinking water zone IIIB. Various requirements must be observed. Due to the approved BBSR funding (Federal Institute for Building, Urban and Spatial Research), extensive requirements must be met in terms of the quality of the materials, particularly in reinforced concrete and timber construction. The building is planned to be a mixed construction method. The ground floor will be built predominantly solid and the upper floor primarily in timber construction and with only a few reinforced concrete walls. The roof is divided into two parts: a pent roof with solar panels is planned to the north and a flat green roof to the south. An elevator will be integrated to ensure accessibility. Rainwater drainage will be via rain gutters. Heating will be operated via surface collectors and hot water will be provided decentrally. A bicycle shelter will also be built in the construction area and car parking spaces will be planned.

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 372.6 K (USD 6.4 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Hardware/materials For Maintenance Of Parks And Plazas With Landscaping 1. The Local Government Unit Of Irosin, Through The General Fund(capital Outlay-land Improvement-inact) Intends To Apply The Sum Of Three Hundred Seventy Two Thousand Six Hundred Eighty Pesos (p 372,680.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Hardware/materials For Maintenance Of Parks And Plazas With Landscaping , Good-10-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Hardware/materials For The Maintenance Of Parks And Plazas With Landscaping Brief Description: 12 Pcs. 16mm Rsb X 6.0m/15 Pcs.10mm Rsb X 6.0m/6 Kls. #16 Tie Wire/ 18 Bags Portland Cement/ 2 Cu.m. Gravel Pea-size/2 Cu.m. Washed Sand/3 Pcs. 1/4'' Thk. Marine Plywood/60 Bd.ft. Coco Lumber/3 Kls. Assorted Cw Nail/4 Pcs. Hacksaw Blade/6 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm, Height 6 Meters, Top Diameter 3", Bottom Diameter 6", Arm Length-1 Meter, Arm Diameter-2", Pole Thickness-3mm, Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt- 5/8x 12" Finish- Hot Dip Galvanized/40 Pcs. 2''x 2''x 10' Good Lumber/20 Pcs. 1/4''thk. Marine Plywood/ 8 Kgs. Assorted Cw Nail/5 Set Door Knob/12 Gal. Epoxy Primer Paint/26 Gal. Latex Paint/8 Gal. Qde Paint/ 6 Gal. Roof Paint/8 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/4 Gal. Lacquer Thinner/4 Gal. Paint Thinner/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/10 Pcs.2'' Paint Brush/28 Pcs. Steel Brush/15 Pcs. Spatula/1 Lot Landscape Approved Budget For The Contract : P 372,680.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : General Fund(capital Outlay-land Improvement-inact) 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last Two(2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4, 2025 Until February 11, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Not Hold A Pre-bid Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 11, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025, 9:00 Am At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza,ce Mun. Engineer Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: February 4, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Hardware/materials For Maintenance Of Parks And Plazas With Landscaping With Project Identification Number Good-10-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Hardware/materials With Landscaping, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For General Fund(capital Outlay-land Improvement-inact) In The Amount Of Three Hundred Seventy Two Thousand Six Hundred Eighty Pesos (p 372,680.00). 2.2. The Source Of Funding Is: General Fund(capital Outlay-land Improvement-inact) 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. A.foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No. 9184, The Bidder Shall Have An Slcc That Is At Least One(1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must At Least Equivalent To: A. For The Procurement Of Non- Expandable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Not Hold A Pre-bid Conference. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii( Checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification From Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 3184. 12. Bid Prices 12.1 Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A.for Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw(ex-works,ex-factory,ex-warehouse,ex-showroom, Or Off The Shelf, As Applicable); Ii. The Cost Of All Custom Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other(incidental) Services, If Any, Listed In The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii(technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Hardware/materials For Maintenance Of Parks And Plazas With Landscaping Brief Description: 12 Pcs. 16mm Rsb X 6.0m/15 Pcs.10mm Rsb X 6.0m/6 Kls. #16 Tie Wire/18 Bagsportland Cement/ 2 Cu.m. Gravel Pea-size/2 Cu.m. Washed Sand/3 Pcs. 1/4'' Thk. Marine Plywood/60 Bd.ft. Coco Lumber/3 Kls. Assorted Cw Nail/4 Pcs. Hacksaw Blade/6 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm, Height 6 Meters, Top Diameter 3", Bottom Diameter 6", Arm Length-1 Meter, Arm Diameter-2", Pole Thickness-3mm, Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt- 5/8x 12" Finish- Hot Dip Galvanized/40 Pcs. 2''x 2''x 10' Good Lumber/20 Pcs. 1/4''thk. Marine Plywood/ 8 Kgs. Assorted Cw Nail/5 Set Door Knob/12 Gal. Epoxy Primer Paint/26 Gal. Latex Paint/8 Gal. Qde Paint/ 6 Gal. Roof Paint/8 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/4 Gal. Lacquer Thinner/4 Gal. Paint Thinner/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/10 Pcs.2'' Paint Brush/28 Pcs. Steel Brush/15 Pcs. Spatula/1 Lot Landscape B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Hardware/materials With Landscaping 12 Pcs. 16mm Rsb X 6.0m/15 Pcs.10mm Rsb X 6.0m/6 Kls. #16 Tie Wire/ 18 Bags Portland Cement/ 2 Cu.m. Gravel Pea-size/2 Cu.m. Washed Sand/3 Pcs. 1/4'' Thk. Marine Plywood/60 Bd.ft. Coco Lumber/3 Kls. Assorted Cw Nail/4 Pcs. Hacksaw Blade/6 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm, Height 6 Meters, Top Diameter 3", Bottom Diameter 6", Arm Length-1 Meter, Arm Diameter-2", Pole Thickness-3mm, Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt- 5/8x 12" Finish- Hot Dip Galvanized/40 Pcs. 2''x 2''x 10' Good Lumber/20 Pcs. 1/4''thk. Marine Plywood/ 8 Kgs. Assorted Cw Nail/5 Set Door Knob/12 Gal. Epoxy Primer Paint/26 Gal. Latex Paint/8 Gal. Qde Paint/ 6 Gal. Roof Paint/8 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/4 Gal. Lacquer Thinner/4 Gal. Paint Thinner/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/ 20 Set 7'' Roller Brush W/ Pan/20 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/10 Pcs.2'' Paint Brush/28 Pcs. Steel Brush/15 Pcs. Spatula/1 Lot Landscape 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract(scc). 2. Advance Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of The Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identify Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 7.1. In Order To Assure The Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 7.2. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: [for Goods Supplied From Within The Philippines] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Wilson G. Baliwas. Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Ninety (90) Calendar Days. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Ninety (90) Calendar Days Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Hardware/materials If It Follows The Technical Specification Set By The End-user Unit. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Total Delivered, Weeks/months Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 (e) Tax Clearance For Collection Purposes Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] As Shown In The Attached Duly Notarized Special Power Of Attorney; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g. Duly Notarized Secretary’s Certificate, Board/partnership Resolution Or Special Power Of Attorney, Whichever Is Applicable]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Of Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling(estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 8.3 Million (USD 143.5 K)
Details: Description Invitation To Bid (cw-01-2025-004) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package I), Lipa City, Batangas Contract Id No. : 24dd0279 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 458.00 L.m. Diversion Road With Width Of 38.00m (17,646.00 Sq.m.) And Thickness Of 0.30m Including 916.00 L.m. Drainage Structures And 353.00 L.m. Slope Protection Works Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package J), Lipa City, Batangas Contract Id No. : 24dd0280 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 9,017.00 Sq.m. Bypass Road With Thickness Of 0.30m Using Portland Cement Stabilized Road Mix Base Course (new Soil Aggregate) Including Sidewalk, Curb & Gutter And Additional Miscellaneous Structures (signages, Painting Works, Thermoplastic Pavement Markings, Median Barrier And Roadway Lighting) Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package G, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0281 Project Location : Lipa City, Batangas Scope Of Works : "ramp I : Concreting Of 2,093.00 Sq.m. Road With Varying Width From 4.10m To 27.08m And Thickness Of 0.30m Including 120.00 L.m. (463.00 Sq.m.) Mse Retaining Wall, 353.00 Cu.m. Embankment And 1,087.00 Cu.m. Structural Backfill Ramp Ii : Concreting Of 4,434.00 Sq.m. Road With Varying Width From 15.78m To 36.29m And Thickness Of 0.30m Including 200.00 L.m. (2,573.00 Sq.m.) Mse Retaining Wall On Both Sides, 15,743.00 Cu.m. Embankment And 9,560.00 Cu.m. Structural Backfill" Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package H, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0282 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 201.00 L.m. Bypass Road (ramp), 2,489.00 Sq.m. Mse Retaining Wall On Both Sides, 24,281.00 Sq.m. Embankment And 7,052.00 Cu.m. Structural Backfill With Varying Height From 2.40m To 12.40m Approved Budget For The Contract : Php 86,850,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Malaking Tubig River, San Jose, Batangas Contract Id No. : 25dd0150 Project Location : San Jose, Batangas Scope Of Works : Construction Of 40.00 L.m.and 60.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 220 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0151 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,576.00 Sq.m. Road With Varying Width From 2.50m To 5.70m And Varying Thickness Of 0.23m And 0.28m Respectively; Asphalt Overlay Of 9,261.00 Sq.m. Road With Varying Width From 3.50m To 7.40m Including Application Of Thermoplastic Pavement Markings, Construction Of 192.00 L.m. Lined Canal And Installation Of 21 Sets Of Solar Streetlights Approved Budget For The Contract : Php 38,220,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 179 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0152 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Architectural Works, Sanitary Works, Electrical Works, 15.00 L.m. Grouted Riprap, 15.00 L.m. Fence And Demolition Of Pigpen (11.80m X 9.45m) Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Ibaan Section, San Jose, Ibaan, Batangas Contract Id No. : 25dd0153 Project Location : San Jose & Ibaan, Batangas Scope Of Works : "san Jose Section : Reconstruction Of 56.50 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 56.50 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Ibaan Section : Reconstruction Of 58.00 L.m. Carriageway (intermittent Sections) With Width Of 3.35m And Thickness Of 0.30m; Asphalt Overlay Of 688.10 L.m. Carriageway And Shoulder With Width Of 11.26m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 115 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construciton Of Road At Barangay Dagatan, Taysan, Batangas Contract Id No. : 25dd0154 Project Location : Taysan, Batangas Scope Of Works : Construction Of 569.50 L.m. Reinforced Concrete Pavement With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Taysan Elementary School, Barangay Taysan, San Jose, Batangas Contract Id No. : 25dd0155 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gymnasium (37.50m X 26.00m), Stage (18.00m X 8.00m) And 30.00 L.m. Bleachers Including Electrical Works, Sanitary Works And Auxiliary Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Benigna Dimatatac Memorial Elementary School, Barangay Calansayan, San Jose, Batangas Contract Id No. : 25dd0156 Project Location : San Jose, Batangas Scope Of Works : Construction Of 2sty5cl School Building Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Solar Panels And Devices, Construction Of Powerhouse (2.00m X 2.00m), Demolition Of 1sty4cl Building (35.00m X 10.00m), Replacement Of 15.00 L.m. Fence, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Tangob Elementary School, Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0157 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 2sty4cl School Building (24.00m X 9.60m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, 50kva Generator Set, Construction Of Powerhouse (3.00m X 3.00m), Handwashing On Both Sides, Demolition Of Existing Structure 2-1sty Building (12.00m X 9.40m & 18.20m X 7.90m), Auxiliary Works, Finishing Hardware And 1.00m Average Height Embankment On Left Side Approved Budget For The Contract : Php 18,810,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 135 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Makalintal Avenue, Provincial Road, San Jose, Batangas Contract Id No. : 25dd0158 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 34.40 L.m. And 131.60 L.m. Carriageway With Width Of 8.30m And 6.30m Respectively And Thickness Of 0.30m; Asphalt Overlay Of 525.40 L.m. Carriageway And Shoulder With Varying Width From 3.20m To 10.20m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 117 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Sabang Elementary School, Barangay Sabang, Ibaan, Batangas Contract Id No. : 25dd0159 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 1sty4cl School Building (9.50m X 36.00m) Including Structural Works, Finishing Works, Electrical Works, Mechanical Works, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall), Barangay Munting Tubig, Ibaan, Batangas Contract Id No. : 25dd0160 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (10.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And 71.16 L.m. Retaining Wall Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road At Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0161 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 183.30 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Construction Of 205.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 63 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (municipal Trial Court), San Jose, Batangas Contract Id No. : 25dd0162 Project Location : San Jose, Batangas Scope Of Works : Construction (completion) Of Two (2) Storey Multi-purpose Building (municipal Trial Court - 27.10m X 10.50m) Including Finishing Works, Electrical Works, Mechanical Works And One (1) Unit Elevator (850kg) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Roads, Fernando Airbase, Lipa City, Batangas Contract Id No. : 25dd0163 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 115.60 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Ii : Reblocking Of 76.00 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Incuding Flaring And Application Of Thermoplastic Pavement Marking Section Iii : Reblocking Of 33.70 L.m. And 19.50 L.m. Road With Width Of 7.50m And 7.70m Respectively And Thickness Of 0.23m Including Flaring Section Iv : Reblocking Of 46.20 L.m. Road With Width Of 7.50m And Thickness Of 0.23m Including Flaring Section V : Reblocking Of 14.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Section Vi : Reblocking Of 154.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Vii : Reblocking Of 154.40 L.m. And 8.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m" Approved Budget For The Contract : Php 8,330,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 97 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, 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 Tangob, Lipa City, Batangas Contract Id No. : 25dd0164 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 344.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 64.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 38 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (covered Court), Barangays Marilag And Malaya, Rosario, Batangas Contract Id No. : 25dd0165 Project Location : Rosario, Batangas Scope Of Works : "brgy Marilag : Construction Of Stage (9.00m X 9.70m) Including Painting Works (concrete & Wood) And Electrical Works Brgy. Malaya : Construction Of 28.55 L.m. Bleacher (right Side) Including Replacement Of Fence (right Side), Installation Of Sidings (front, Rear & Right Side), Painting Works (masonry & Steel), Textured Finish (play Area) And Embankment" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi Purpose Building At Barangay Poblacion East, Taysan, Batangas Contract Id No. : 25dd0166 Project Location : Taysan, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (evacuation Center) Including Structural Works, Finishing Works, Plumbing Works, Electrical Works, Mechanical Works (training Area - 12.40m X 5.50m) And Toilet & Structural Works (clinic & Prayer Room - 12.60m X 5.50m) Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, 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 Santo Toribio, Lipa City, Batangas Contract Id No. : 25dd0167 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 44.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Construction Of 44.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 120.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Construction Of 162.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap Section V : Construction Of 35.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 79 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation (completion) Of Multi-purpose Building, Barangay Balagtasin 1, San Jose, Batangas Contract Id No. : 25dd0168 Project Location : San Jose, Batangas Scope Of Works : Construction Of Bleachers, Fence, Chb Wall, Roofing Works, Sidings Extension, Installation Of Fixed Window And Auxiliary System Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, San Juan Senior High School, Barangay Lipahan, San Juan, Batangas Contract Id No. : 25dd0169 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Additional 1-bay Stage (251.68 Sq.m.) Including Structural Works, Finishing Works, Plumbing Works, Finishing Hardware, Installation Of Doors & Windows, Painting Works, Tile Works, Roofing Works And Electrical Works Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 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. 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)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025, 8:00 A.m.-5:00 P.m.; February 12, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, 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)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 31, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 08:30 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. 9. Bid Opening Shall Be On February 12, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). 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 Irr 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." 11. The Dpwh-batangas Iv 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 And Section 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. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 22, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 23, 2025 To January 29, 2025 Publication: Dpwh Website/ Philgeps

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 38.2 Million (USD 658.6 K)
Details: Description Invitation To Bid (cw-01-2025-004) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package I), Lipa City, Batangas Contract Id No. : 24dd0279 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 458.00 L.m. Diversion Road With Width Of 38.00m (17,646.00 Sq.m.) And Thickness Of 0.30m Including 916.00 L.m. Drainage Structures And 353.00 L.m. Slope Protection Works Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package J), Lipa City, Batangas Contract Id No. : 24dd0280 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 9,017.00 Sq.m. Bypass Road With Thickness Of 0.30m Using Portland Cement Stabilized Road Mix Base Course (new Soil Aggregate) Including Sidewalk, Curb & Gutter And Additional Miscellaneous Structures (signages, Painting Works, Thermoplastic Pavement Markings, Median Barrier And Roadway Lighting) Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package G, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0281 Project Location : Lipa City, Batangas Scope Of Works : "ramp I : Concreting Of 2,093.00 Sq.m. Road With Varying Width From 4.10m To 27.08m And Thickness Of 0.30m Including 120.00 L.m. (463.00 Sq.m.) Mse Retaining Wall, 353.00 Cu.m. Embankment And 1,087.00 Cu.m. Structural Backfill Ramp Ii : Concreting Of 4,434.00 Sq.m. Road With Varying Width From 15.78m To 36.29m And Thickness Of 0.30m Including 200.00 L.m. (2,573.00 Sq.m.) Mse Retaining Wall On Both Sides, 15,743.00 Cu.m. Embankment And 9,560.00 Cu.m. Structural Backfill" Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package H, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0282 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 201.00 L.m. Bypass Road (ramp), 2,489.00 Sq.m. Mse Retaining Wall On Both Sides, 24,281.00 Sq.m. Embankment And 7,052.00 Cu.m. Structural Backfill With Varying Height From 2.40m To 12.40m Approved Budget For The Contract : Php 86,850,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Malaking Tubig River, San Jose, Batangas Contract Id No. : 25dd0150 Project Location : San Jose, Batangas Scope Of Works : Construction Of 40.00 L.m.and 60.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 220 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0151 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,576.00 Sq.m. Road With Varying Width From 2.50m To 5.70m And Varying Thickness Of 0.23m And 0.28m Respectively; Asphalt Overlay Of 9,261.00 Sq.m. Road With Varying Width From 3.50m To 7.40m Including Application Of Thermoplastic Pavement Markings, Construction Of 192.00 L.m. Lined Canal And Installation Of 21 Sets Of Solar Streetlights Approved Budget For The Contract : Php 38,220,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 179 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0152 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Architectural Works, Sanitary Works, Electrical Works, 15.00 L.m. Grouted Riprap, 15.00 L.m. Fence And Demolition Of Pigpen (11.80m X 9.45m) Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Ibaan Section, San Jose, Ibaan, Batangas Contract Id No. : 25dd0153 Project Location : San Jose & Ibaan, Batangas Scope Of Works : "san Jose Section : Reconstruction Of 56.50 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 56.50 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Ibaan Section : Reconstruction Of 58.00 L.m. Carriageway (intermittent Sections) With Width Of 3.35m And Thickness Of 0.30m; Asphalt Overlay Of 688.10 L.m. Carriageway And Shoulder With Width Of 11.26m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 115 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construciton Of Road At Barangay Dagatan, Taysan, Batangas Contract Id No. : 25dd0154 Project Location : Taysan, Batangas Scope Of Works : Construction Of 569.50 L.m. Reinforced Concrete Pavement With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Taysan Elementary School, Barangay Taysan, San Jose, Batangas Contract Id No. : 25dd0155 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gymnasium (37.50m X 26.00m), Stage (18.00m X 8.00m) And 30.00 L.m. Bleachers Including Electrical Works, Sanitary Works And Auxiliary Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Benigna Dimatatac Memorial Elementary School, Barangay Calansayan, San Jose, Batangas Contract Id No. : 25dd0156 Project Location : San Jose, Batangas Scope Of Works : Construction Of 2sty5cl School Building Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Solar Panels And Devices, Construction Of Powerhouse (2.00m X 2.00m), Demolition Of 1sty4cl Building (35.00m X 10.00m), Replacement Of 15.00 L.m. Fence, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Tangob Elementary School, Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0157 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 2sty4cl School Building (24.00m X 9.60m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, 50kva Generator Set, Construction Of Powerhouse (3.00m X 3.00m), Handwashing On Both Sides, Demolition Of Existing Structure 2-1sty Building (12.00m X 9.40m & 18.20m X 7.90m), Auxiliary Works, Finishing Hardware And 1.00m Average Height Embankment On Left Side Approved Budget For The Contract : Php 18,810,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 135 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Makalintal Avenue, Provincial Road, San Jose, Batangas Contract Id No. : 25dd0158 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 34.40 L.m. And 131.60 L.m. Carriageway With Width Of 8.30m And 6.30m Respectively And Thickness Of 0.30m; Asphalt Overlay Of 525.40 L.m. Carriageway And Shoulder With Varying Width From 3.20m To 10.20m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 117 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Sabang Elementary School, Barangay Sabang, Ibaan, Batangas Contract Id No. : 25dd0159 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 1sty4cl School Building (9.50m X 36.00m) Including Structural Works, Finishing Works, Electrical Works, Mechanical Works, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall), Barangay Munting Tubig, Ibaan, Batangas Contract Id No. : 25dd0160 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (10.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And 71.16 L.m. Retaining Wall Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road At Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0161 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 183.30 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Construction Of 205.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 63 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (municipal Trial Court), San Jose, Batangas Contract Id No. : 25dd0162 Project Location : San Jose, Batangas Scope Of Works : Construction (completion) Of Two (2) Storey Multi-purpose Building (municipal Trial Court - 27.10m X 10.50m) Including Finishing Works, Electrical Works, Mechanical Works And One (1) Unit Elevator (850kg) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Roads, Fernando Airbase, Lipa City, Batangas Contract Id No. : 25dd0163 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 115.60 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Ii : Reblocking Of 76.00 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Incuding Flaring And Application Of Thermoplastic Pavement Marking Section Iii : Reblocking Of 33.70 L.m. And 19.50 L.m. Road With Width Of 7.50m And 7.70m Respectively And Thickness Of 0.23m Including Flaring Section Iv : Reblocking Of 46.20 L.m. Road With Width Of 7.50m And Thickness Of 0.23m Including Flaring Section V : Reblocking Of 14.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Section Vi : Reblocking Of 154.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Vii : Reblocking Of 154.40 L.m. And 8.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m" Approved Budget For The Contract : Php 8,330,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 97 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, 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 Tangob, Lipa City, Batangas Contract Id No. : 25dd0164 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 344.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 64.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 38 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (covered Court), Barangays Marilag And Malaya, Rosario, Batangas Contract Id No. : 25dd0165 Project Location : Rosario, Batangas Scope Of Works : "brgy Marilag : Construction Of Stage (9.00m X 9.70m) Including Painting Works (concrete & Wood) And Electrical Works Brgy. Malaya : Construction Of 28.55 L.m. Bleacher (right Side) Including Replacement Of Fence (right Side), Installation Of Sidings (front, Rear & Right Side), Painting Works (masonry & Steel), Textured Finish (play Area) And Embankment" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi Purpose Building At Barangay Poblacion East, Taysan, Batangas Contract Id No. : 25dd0166 Project Location : Taysan, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (evacuation Center) Including Structural Works, Finishing Works, Plumbing Works, Electrical Works, Mechanical Works (training Area - 12.40m X 5.50m) And Toilet & Structural Works (clinic & Prayer Room - 12.60m X 5.50m) Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, 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 Santo Toribio, Lipa City, Batangas Contract Id No. : 25dd0167 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 44.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Construction Of 44.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 120.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Construction Of 162.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap Section V : Construction Of 35.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 79 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation (completion) Of Multi-purpose Building, Barangay Balagtasin 1, San Jose, Batangas Contract Id No. : 25dd0168 Project Location : San Jose, Batangas Scope Of Works : Construction Of Bleachers, Fence, Chb Wall, Roofing Works, Sidings Extension, Installation Of Fixed Window And Auxiliary System Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, San Juan Senior High School, Barangay Lipahan, San Juan, Batangas Contract Id No. : 25dd0169 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Additional 1-bay Stage (251.68 Sq.m.) Including Structural Works, Finishing Works, Plumbing Works, Finishing Hardware, Installation Of Doors & Windows, Painting Works, Tile Works, Roofing Works And Electrical Works Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 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. 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)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025, 8:00 A.m.-5:00 P.m.; February 12, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, 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)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 31, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 08:30 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. 9. Bid Opening Shall Be On February 12, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). 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 Irr 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." 11. The Dpwh-batangas Iv 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 And Section 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. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 22, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 23, 2025 To January 29, 2025 Publication: Dpwh Website/ Philgeps

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 14.8 Million (USD 255.9 K)
Details: Description Invitation To Bid (cw-01-2025-004) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package I), Lipa City, Batangas Contract Id No. : 24dd0279 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 458.00 L.m. Diversion Road With Width Of 38.00m (17,646.00 Sq.m.) And Thickness Of 0.30m Including 916.00 L.m. Drainage Structures And 353.00 L.m. Slope Protection Works Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package J), Lipa City, Batangas Contract Id No. : 24dd0280 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 9,017.00 Sq.m. Bypass Road With Thickness Of 0.30m Using Portland Cement Stabilized Road Mix Base Course (new Soil Aggregate) Including Sidewalk, Curb & Gutter And Additional Miscellaneous Structures (signages, Painting Works, Thermoplastic Pavement Markings, Median Barrier And Roadway Lighting) Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package G, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0281 Project Location : Lipa City, Batangas Scope Of Works : "ramp I : Concreting Of 2,093.00 Sq.m. Road With Varying Width From 4.10m To 27.08m And Thickness Of 0.30m Including 120.00 L.m. (463.00 Sq.m.) Mse Retaining Wall, 353.00 Cu.m. Embankment And 1,087.00 Cu.m. Structural Backfill Ramp Ii : Concreting Of 4,434.00 Sq.m. Road With Varying Width From 15.78m To 36.29m And Thickness Of 0.30m Including 200.00 L.m. (2,573.00 Sq.m.) Mse Retaining Wall On Both Sides, 15,743.00 Cu.m. Embankment And 9,560.00 Cu.m. Structural Backfill" Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package H, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0282 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 201.00 L.m. Bypass Road (ramp), 2,489.00 Sq.m. Mse Retaining Wall On Both Sides, 24,281.00 Sq.m. Embankment And 7,052.00 Cu.m. Structural Backfill With Varying Height From 2.40m To 12.40m Approved Budget For The Contract : Php 86,850,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Malaking Tubig River, San Jose, Batangas Contract Id No. : 25dd0150 Project Location : San Jose, Batangas Scope Of Works : Construction Of 40.00 L.m.and 60.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 220 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0151 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,576.00 Sq.m. Road With Varying Width From 2.50m To 5.70m And Varying Thickness Of 0.23m And 0.28m Respectively; Asphalt Overlay Of 9,261.00 Sq.m. Road With Varying Width From 3.50m To 7.40m Including Application Of Thermoplastic Pavement Markings, Construction Of 192.00 L.m. Lined Canal And Installation Of 21 Sets Of Solar Streetlights Approved Budget For The Contract : Php 38,220,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 179 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0152 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Architectural Works, Sanitary Works, Electrical Works, 15.00 L.m. Grouted Riprap, 15.00 L.m. Fence And Demolition Of Pigpen (11.80m X 9.45m) Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Ibaan Section, San Jose, Ibaan, Batangas Contract Id No. : 25dd0153 Project Location : San Jose & Ibaan, Batangas Scope Of Works : "san Jose Section : Reconstruction Of 56.50 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 56.50 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Ibaan Section : Reconstruction Of 58.00 L.m. Carriageway (intermittent Sections) With Width Of 3.35m And Thickness Of 0.30m; Asphalt Overlay Of 688.10 L.m. Carriageway And Shoulder With Width Of 11.26m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 115 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construciton Of Road At Barangay Dagatan, Taysan, Batangas Contract Id No. : 25dd0154 Project Location : Taysan, Batangas Scope Of Works : Construction Of 569.50 L.m. Reinforced Concrete Pavement With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Taysan Elementary School, Barangay Taysan, San Jose, Batangas Contract Id No. : 25dd0155 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gymnasium (37.50m X 26.00m), Stage (18.00m X 8.00m) And 30.00 L.m. Bleachers Including Electrical Works, Sanitary Works And Auxiliary Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Benigna Dimatatac Memorial Elementary School, Barangay Calansayan, San Jose, Batangas Contract Id No. : 25dd0156 Project Location : San Jose, Batangas Scope Of Works : Construction Of 2sty5cl School Building Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Solar Panels And Devices, Construction Of Powerhouse (2.00m X 2.00m), Demolition Of 1sty4cl Building (35.00m X 10.00m), Replacement Of 15.00 L.m. Fence, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Tangob Elementary School, Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0157 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 2sty4cl School Building (24.00m X 9.60m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, 50kva Generator Set, Construction Of Powerhouse (3.00m X 3.00m), Handwashing On Both Sides, Demolition Of Existing Structure 2-1sty Building (12.00m X 9.40m & 18.20m X 7.90m), Auxiliary Works, Finishing Hardware And 1.00m Average Height Embankment On Left Side Approved Budget For The Contract : Php 18,810,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 135 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Makalintal Avenue, Provincial Road, San Jose, Batangas Contract Id No. : 25dd0158 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 34.40 L.m. And 131.60 L.m. Carriageway With Width Of 8.30m And 6.30m Respectively And Thickness Of 0.30m; Asphalt Overlay Of 525.40 L.m. Carriageway And Shoulder With Varying Width From 3.20m To 10.20m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 117 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Sabang Elementary School, Barangay Sabang, Ibaan, Batangas Contract Id No. : 25dd0159 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 1sty4cl School Building (9.50m X 36.00m) Including Structural Works, Finishing Works, Electrical Works, Mechanical Works, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall), Barangay Munting Tubig, Ibaan, Batangas Contract Id No. : 25dd0160 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (10.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And 71.16 L.m. Retaining Wall Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road At Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0161 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 183.30 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Construction Of 205.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 63 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (municipal Trial Court), San Jose, Batangas Contract Id No. : 25dd0162 Project Location : San Jose, Batangas Scope Of Works : Construction (completion) Of Two (2) Storey Multi-purpose Building (municipal Trial Court - 27.10m X 10.50m) Including Finishing Works, Electrical Works, Mechanical Works And One (1) Unit Elevator (850kg) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Roads, Fernando Airbase, Lipa City, Batangas Contract Id No. : 25dd0163 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 115.60 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Ii : Reblocking Of 76.00 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Incuding Flaring And Application Of Thermoplastic Pavement Marking Section Iii : Reblocking Of 33.70 L.m. And 19.50 L.m. Road With Width Of 7.50m And 7.70m Respectively And Thickness Of 0.23m Including Flaring Section Iv : Reblocking Of 46.20 L.m. Road With Width Of 7.50m And Thickness Of 0.23m Including Flaring Section V : Reblocking Of 14.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Section Vi : Reblocking Of 154.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Vii : Reblocking Of 154.40 L.m. And 8.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m" Approved Budget For The Contract : Php 8,330,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 97 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, 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 Tangob, Lipa City, Batangas Contract Id No. : 25dd0164 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 344.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 64.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 38 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (covered Court), Barangays Marilag And Malaya, Rosario, Batangas Contract Id No. : 25dd0165 Project Location : Rosario, Batangas Scope Of Works : "brgy Marilag : Construction Of Stage (9.00m X 9.70m) Including Painting Works (concrete & Wood) And Electrical Works Brgy. Malaya : Construction Of 28.55 L.m. Bleacher (right Side) Including Replacement Of Fence (right Side), Installation Of Sidings (front, Rear & Right Side), Painting Works (masonry & Steel), Textured Finish (play Area) And Embankment" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi Purpose Building At Barangay Poblacion East, Taysan, Batangas Contract Id No. : 25dd0166 Project Location : Taysan, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (evacuation Center) Including Structural Works, Finishing Works, Plumbing Works, Electrical Works, Mechanical Works (training Area - 12.40m X 5.50m) And Toilet & Structural Works (clinic & Prayer Room - 12.60m X 5.50m) Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, 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 Santo Toribio, Lipa City, Batangas Contract Id No. : 25dd0167 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 44.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Construction Of 44.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 120.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Construction Of 162.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap Section V : Construction Of 35.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 79 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation (completion) Of Multi-purpose Building, Barangay Balagtasin 1, San Jose, Batangas Contract Id No. : 25dd0168 Project Location : San Jose, Batangas Scope Of Works : Construction Of Bleachers, Fence, Chb Wall, Roofing Works, Sidings Extension, Installation Of Fixed Window And Auxiliary System Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, San Juan Senior High School, Barangay Lipahan, San Juan, Batangas Contract Id No. : 25dd0169 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Additional 1-bay Stage (251.68 Sq.m.) Including Structural Works, Finishing Works, Plumbing Works, Finishing Hardware, Installation Of Doors & Windows, Painting Works, Tile Works, Roofing Works And Electrical Works Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 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. 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)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025, 8:00 A.m.-5:00 P.m.; February 12, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, 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)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 31, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 08:30 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. 9. Bid Opening Shall Be On February 12, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). 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 Irr 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." 11. The Dpwh-batangas Iv 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 And Section 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. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 22, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 23, 2025 To January 29, 2025 Publication: Dpwh Website/ Philgeps

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.1 K)
Details: Description Invitation To Bid (cw-01-2025-004) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package I), Lipa City, Batangas Contract Id No. : 24dd0279 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 458.00 L.m. Diversion Road With Width Of 38.00m (17,646.00 Sq.m.) And Thickness Of 0.30m Including 916.00 L.m. Drainage Structures And 353.00 L.m. Slope Protection Works Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Lumbang-inosloban Bypass Road (package J), Lipa City, Batangas Contract Id No. : 24dd0280 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 9,017.00 Sq.m. Bypass Road With Thickness Of 0.30m Using Portland Cement Stabilized Road Mix Base Course (new Soil Aggregate) Including Sidewalk, Curb & Gutter And Additional Miscellaneous Structures (signages, Painting Works, Thermoplastic Pavement Markings, Median Barrier And Roadway Lighting) Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package G, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0281 Project Location : Lipa City, Batangas Scope Of Works : "ramp I : Concreting Of 2,093.00 Sq.m. Road With Varying Width From 4.10m To 27.08m And Thickness Of 0.30m Including 120.00 L.m. (463.00 Sq.m.) Mse Retaining Wall, 353.00 Cu.m. Embankment And 1,087.00 Cu.m. Structural Backfill Ramp Ii : Concreting Of 4,434.00 Sq.m. Road With Varying Width From 15.78m To 36.29m And Thickness Of 0.30m Including 200.00 L.m. (2,573.00 Sq.m.) Mse Retaining Wall On Both Sides, 15,743.00 Cu.m. Embankment And 9,560.00 Cu.m. Structural Backfill" Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Network Development Program, Construction Of By-pass And Diversion Roads, Construction Of Manila-batangas - Bugtong Na Pulo - Star Tollway Interchange, Package H, Bugtong Na Pulo, Lipa City, Batangas Contract Id No. : 24dd0282 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 201.00 L.m. Bypass Road (ramp), 2,489.00 Sq.m. Mse Retaining Wall On Both Sides, 24,281.00 Sq.m. Embankment And 7,052.00 Cu.m. Structural Backfill With Varying Height From 2.40m To 12.40m Approved Budget For The Contract : Php 86,850,000.00 Source Of Funds : Sr2024-12-023350 Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.5 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Malaking Tubig River, San Jose, Batangas Contract Id No. : 25dd0150 Project Location : San Jose, Batangas Scope Of Works : Construction Of 40.00 L.m.and 60.00 L.m. Revetment Using Gabions Approved Budget For The Contract : Php 72,375,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 220 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Road At Barangay Latag, Lipa City, Batangas Contract Id No. : 25dd0151 Project Location : Lipa City, Batangas Scope Of Works : Rehabilitation Of 1,576.00 Sq.m. Road With Varying Width From 2.50m To 5.70m And Varying Thickness Of 0.23m And 0.28m Respectively; Asphalt Overlay Of 9,261.00 Sq.m. Road With Varying Width From 3.50m To 7.40m Including Application Of Thermoplastic Pavement Markings, Construction Of 192.00 L.m. Lined Canal And Installation Of 21 Sets Of Solar Streetlights Approved Budget For The Contract : Php 38,220,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 179 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi-purpose Building At Barangay Pinagtung-ulan, San Jose, Batangas Contract Id No. : 25dd0152 Project Location : San Jose, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Architectural Works, Sanitary Works, Electrical Works, 15.00 L.m. Grouted Riprap, 15.00 L.m. Fence And Demolition Of Pigpen (11.80m X 9.45m) Approved Budget For The Contract : Php 29,700,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 210 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of San Jose - Ibaan Section, San Jose, Ibaan, Batangas Contract Id No. : 25dd0153 Project Location : San Jose & Ibaan, Batangas Scope Of Works : "san Jose Section : Reconstruction Of 56.50 L.m. Carriageway With Width Of 5.00m And Thickness Of 0.30m; Asphalt Overlay Of 56.50 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Ibaan Section : Reconstruction Of 58.00 L.m. Carriageway (intermittent Sections) With Width Of 3.35m And Thickness Of 0.30m; Asphalt Overlay Of 688.10 L.m. Carriageway And Shoulder With Width Of 11.26m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings" Approved Budget For The Contract : Php 24,750,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 115 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construciton Of Road At Barangay Dagatan, Taysan, Batangas Contract Id No. : 25dd0154 Project Location : Taysan, Batangas Scope Of Works : Construction Of 569.50 L.m. Reinforced Concrete Pavement With Width Of 6.70m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 141 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Taysan Elementary School, Barangay Taysan, San Jose, Batangas Contract Id No. : 25dd0155 Project Location : San Jose, Batangas Scope Of Works : Construction Of Gymnasium (37.50m X 26.00m), Stage (18.00m X 8.00m) And 30.00 L.m. Bleachers Including Electrical Works, Sanitary Works And Auxiliary Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 180 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building At Benigna Dimatatac Memorial Elementary School, Barangay Calansayan, San Jose, Batangas Contract Id No. : 25dd0156 Project Location : San Jose, Batangas Scope Of Works : Construction Of 2sty5cl School Building Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, Solar Panels And Devices, Construction Of Powerhouse (2.00m X 2.00m), Demolition Of 1sty4cl Building (35.00m X 10.00m), Replacement Of 15.00 L.m. Fence, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Tangob Elementary School, Barangay Tangob, Padre Garcia, Batangas Contract Id No. : 25dd0157 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 2sty4cl School Building (24.00m X 9.60m) Including Structural Works, Finishing Works, Electrical Works, Installation Of 1-75kva Transformer, Mechanical Works, Water Pumping System, 50kva Generator Set, Construction Of Powerhouse (3.00m X 3.00m), Handwashing On Both Sides, Demolition Of Existing Structure 2-1sty Building (12.00m X 9.40m & 18.20m X 7.90m), Auxiliary Works, Finishing Hardware And 1.00m Average Height Embankment On Left Side Approved Budget For The Contract : Php 18,810,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 135 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Rehabilitation Of Road At Makalintal Avenue, Provincial Road, San Jose, Batangas Contract Id No. : 25dd0158 Project Location : San Jose, Batangas Scope Of Works : Reconstruction Of 34.40 L.m. And 131.60 L.m. Carriageway With Width Of 8.30m And 6.30m Respectively And Thickness Of 0.30m; Asphalt Overlay Of 525.40 L.m. Carriageway And Shoulder With Varying Width From 3.20m To 10.20m And Thickness Of 50mm Including Application Of Thermoplastic Pavement Markings Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 117 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Sabang Elementary School, Barangay Sabang, Ibaan, Batangas Contract Id No. : 25dd0159 Project Location : Ibaan, Batangas Scope Of Works : Construction Of 1sty4cl School Building (9.50m X 36.00m) Including Structural Works, Finishing Works, Electrical Works, Mechanical Works, Auxiliary Works And Finishing Hardware Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall), Barangay Munting Tubig, Ibaan, Batangas Contract Id No. : 25dd0160 Project Location : Ibaan, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (10.00m X 9.50m) Including Architectural Works, Plumbing Works, Electrical Works, Installation Of 1-50kva Transformer, Mechanical Works, Auxiliary Works, Cctv System And 71.16 L.m. Retaining Wall Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road At Barangay Sabang, Lipa City, Batangas Contract Id No. : 25dd0161 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 183.30 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Construction Of 205.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 63 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (municipal Trial Court), San Jose, Batangas Contract Id No. : 25dd0162 Project Location : San Jose, Batangas Scope Of Works : Construction (completion) Of Two (2) Storey Multi-purpose Building (municipal Trial Court - 27.10m X 10.50m) Including Finishing Works, Electrical Works, Mechanical Works And One (1) Unit Elevator (850kg) Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 120 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.18 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of Roads, Fernando Airbase, Lipa City, Batangas Contract Id No. : 25dd0163 Project Location : Lipa City, Batangas Scope Of Works : "section I : Reblocking Of 115.60 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Ii : Reblocking Of 76.00 L.m. Road With Width Of 6.90m And Thickness Of 0.23m Incuding Flaring And Application Of Thermoplastic Pavement Marking Section Iii : Reblocking Of 33.70 L.m. And 19.50 L.m. Road With Width Of 7.50m And 7.70m Respectively And Thickness Of 0.23m Including Flaring Section Iv : Reblocking Of 46.20 L.m. Road With Width Of 7.50m And Thickness Of 0.23m Including Flaring Section V : Reblocking Of 14.00 L.m. Road With Width Of 4.00m And Thickness Of 0.23m Section Vi : Reblocking Of 154.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m Including Application Of Thermoplastic Pavement Marking Section Vii : Reblocking Of 154.40 L.m. And 8.60 L.m. Road With Width Of 4.80m And Thickness Of 0.23m" Approved Budget For The Contract : Php 8,330,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 97 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.19 Name Of Contract : Convergence And Special Support Program, 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 Tangob, Lipa City, Batangas Contract Id No. : 25dd0164 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 344.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 64.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,880,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 38 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.20 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building (covered Court), Barangays Marilag And Malaya, Rosario, Batangas Contract Id No. : 25dd0165 Project Location : Rosario, Batangas Scope Of Works : "brgy Marilag : Construction Of Stage (9.00m X 9.70m) Including Painting Works (concrete & Wood) And Electrical Works Brgy. Malaya : Construction Of 28.55 L.m. Bleacher (right Side) Including Replacement Of Fence (right Side), Installation Of Sidings (front, Rear & Right Side), Painting Works (masonry & Steel), Textured Finish (play Area) And Embankment" Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.21 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi Purpose Building At Barangay Poblacion East, Taysan, Batangas Contract Id No. : 25dd0166 Project Location : Taysan, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (evacuation Center) Including Structural Works, Finishing Works, Plumbing Works, Electrical Works, Mechanical Works (training Area - 12.40m X 5.50m) And Toilet & Structural Works (clinic & Prayer Room - 12.60m X 5.50m) Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.22 Name Of Contract : Convergence And Special Support Program, 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 Santo Toribio, Lipa City, Batangas Contract Id No. : 25dd0167 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 44.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Construction Of 44.50 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 120.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Construction Of 162.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap Section V : Construction Of 35.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 79 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.23 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Rehabilitation (completion) Of Multi-purpose Building, Barangay Balagtasin 1, San Jose, Batangas Contract Id No. : 25dd0168 Project Location : San Jose, Batangas Scope Of Works : Construction Of Bleachers, Fence, Chb Wall, Roofing Works, Sidings Extension, Installation Of Fixed Window And Auxiliary System Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.24 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building, San Juan Senior High School, Barangay Lipahan, San Juan, Batangas Contract Id No. : 25dd0169 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Additional 1-bay Stage (251.68 Sq.m.) Including Structural Works, Finishing Works, Plumbing Works, Finishing Hardware, Installation Of Doors & Windows, Painting Works, Tile Works, Roofing Works And Electrical Works Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 60 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 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. 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)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025, 8:00 A.m.-5:00 P.m.; February 12, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, 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)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 31, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 08:30 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. 9. Bid Opening Shall Be On February 12, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). 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 Irr 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." 11. The Dpwh-batangas Iv 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 And Section 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. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 22, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 23, 2025 To January 29, 2025 Publication: Dpwh Website/ Philgeps
9741-9750 of 9834 archived Tenders