Solar Tenders

Solar Tenders

US GEOLOGICAL SURVEY USA Tender

Others...+2Electrical and Electronics, Solar Installation and Products
United States
Details: ***this Notice Supersedes Sources Sought Notice Doigfbo250017 Posted 2 Jan 2025*** Please Read Carefullythe U.s. Department Of Interior, U.s. Geological Survey (usgs) Is Issuing A Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Repair Of A Broken Crossarm On A Primary Power Utility Pole Located At The Usgs Honolulu Magnetic Observatory, Ewa Beach, Hawaii. This Proposal Reflects Coverage For Fy 2025. In Conjunction With Repairing The Power Pole Crossarm, The Project Has The Following Requirements But Not Limited To: - Review, Inspect, And Make Themselves Familiar With The Project Location, Building 6 Electrical Infrastructure, And Scope.- Coordination With All Stakeholders, Dhhl, Heco, Usgs Facilities Manager, Contracting Officer, And Site Representative.- Inspect Building Power Support Systems To Ensure They Are In Good Working Condition. - Reestablish Site Power.- Conduct A Power-down Scenario To Check The Solar System To Confirm It Is Functioning As Required.- Contractor Must Have A Current Contractor License Issued By The State Of Hawaii.- Contract Period: Approximately February - March 2025. This Is Not A Solicitation For Proposals, Proposals Abstract, Or Quotation. This Is A Sources Sought Notice To Determine What Size Companies Can Perform This Requirement. The Purpose Of This Notice Is To Obtain Information Regarding:(1) the Availability And Capability Of Qualified Small Business Sources;(2) whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; And(3) their Size Classification To The North America Industry Classification System (naics) Code 237130 ¿ Power And Communication Line And Related Structures Construction. A Firm Is Considered Small Under Naics Code 237130 If Their Average Annual Receipts For The Preceding Three (3) Years Were Less Than Or Equal To 750 Employees. Any Information Submitted Is Voluntary. If Sufficient Interest And Capability Is Not Received From Firms In Category (2) Above, Any Solicitation May Be Issued As Unrestricted Without Further Consideration. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.a. submission Of Capability Statement And Delivery Instructions:in 5 Pages Or Less, Respondents Shall Submit A Capability Statement Of The Organization Which Demonstrates Their Ability To Supply The Above Requirements. Capability Statements Must Not Include Links To Internet Web Site Addresses (urls) Or Otherwise Direct Readers To Alternate Sources Of Information. Responses Must Reference The Sources Sought Number And Include The Following:1. name And Address Of The Company, Sam.gov Ueid Number,2. size And Type Of Business, Pursuant To The Applicable Naics Code.3. point Of Contact With Name, Title Address, Phone, And Email,4. capability To Provide The Specifics Of This Requirement, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability To Demonstrate Staff Expertise Including Their Experience; Current In-house Capability And Capacity To Perform The Work; Prior Completed Projects Of Similar Nature, Including Government Contracts And Indicating Corporate Experience And Management Capability.5. example Of Prior Completed Government Contract, References, The Dollar Value Of The Work, And Other Related Information.6. list Of Organizations To Whom Similar Types Of Services Have Been Previously Provided And The Dollar Value Of That Work.7. if Applicable, Provide A Current Gsa Schedules And/or Government-wide Acquisition Contracts (gwacs) Appropriate To This Sources Sought.8. type Of Company (i.e., Small Business, 8(a), Woman Owned, Veteran Owned, Etc.) As Validated Via The System For Award Management (sam). This Indication Shall Be Clearly Marked On The First Page Of Your Capability Statement.the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 15:00 Pm Mdt, On 15 January 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Philip Robinson At Probinson@usgs.gov.b. disclaimer And Important Notesthis Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure That Its Response Is Complete And Sufficient Detailed To Allow The Government To Determine The Organization¿s Qualification To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Response Received, A Pre-solicitation Synopsisand Solicitation May Be Published In Beta.sam.gov. However, Response To This Notice Will Not Be Considered Adequate Responses To A Solicitation.failure To Respond Or Submit Sufficiently Detailed Information May Result In A Company Not Being Considered A Likely Offeror When Making A Decision On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Submitted, The Government Reserves The Right To Consider Any Arrangement As Determined Appropriate For This Requirement.c. confidentialityno Proprietary, Classified, Confidential, Or Sensitive Information Shall Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).this Announcement Is To Identify Small Business Firms; However, A Company Of Any Size May Submit A Capability Statement For This Announcement.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building Including Site Development (phase 2), Barangay Lusok, Santa Cruz, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 9,894,800.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0045 - Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building Including Site Development (phase 2), Barangay Lusok, Santa Cruz, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip) Multi-purpose Buildings/ Facilities To Support Social Services Construction Of Multi-purpose Building Including Site Development (phase 2), Barangay Lusok, Santa Cruz, Marinduque Contract Id No. : 25ea0045 Locations : Santa Cruz, Marinduque Scope Of Works : Construction Of Slope Protection, Sidings, Basketball Ring, Solar Panel, Plumbing Works, And Electrical Works. Repainting Of Columns, And Roof Beams; Including Filing Fee, Occupancy Permit And Electrical Fee. (see Plans For Details) Approved Budget For The Contract : Php 9,894,800.00 Contract Duration : 190 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 02-21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 09, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_yzblzdhlyjitymmxmy00odgyltk2ywqtnwuwmdfhyjuxmwi2%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 21, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Date: January 02, 2025
Closing Date21 Jan 2025
Tender AmountPHP 9.8 Million (USD 168.9 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For 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 Bike Lanes Along Boac Bypass Road, Boac, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 39,192,999.90 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0057 - 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 Bike Lanes Along Boac Bypass Road, Boac, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Bike Lanes Along Boac Bypass Road, Boac, Marinduque Contract Id No. : 25ea0057 Locations : Boac, Marinduque Station Limits : Sta. 118+769.00 - Sta. 121+769.00 Scope Of Works : Construction Of One Directional Bike Lanes Both Sides, With Pavement Markings And Solar Pavement Levelled Studs. Concreting Of Gravel Shoulders And Installation Of Concrete Cover For Line Canal. Installation Of Safety Signages. Approved Budget For The Contract : Php 39,192,999.90 Contract Duration : 143 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least B For Medium A. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 02-21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 09, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_yzblzdhlyjitymmxmy00odgyltk2ywqtnwuwmdfhyjuxmwi2%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 21, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: January 02, 2025
Closing Date21 Jan 2025
Tender AmountPHP 39.1 Million (USD 669.2 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0053 – Construction Of Barangay Hall, Brgy. North Poblacion, Maramag, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall, Brgy. North Poblacion, Maramag, Bukidnon Contract Id # : 25kb0053 Locations : Maramag, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 270 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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 An Open Competitive Bidding Procedure 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 Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Closing Date17 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)

National Irrigation Administration Tender

Civil And Construction...+2Irrigation Work, Construction Material
Philippines
Details: Description Invitation To Bid 1. The National Irrigation Administration Davao Oriental - Irrigation Management Office, Through The Gaa Fund 501 Of Cy 2025 Intends To Apply The Sum Of Twenty-seven Million Six Hundred Eighty-four Thousand Three Hundred Six Pesos And 6/100 (₱27,684,306.06) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Protection Dike At Lupon Is, Municipality Of Lupon & Banaybanay, Davao Oriental, Lmc No. Davor-2025-06. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The National Irrigation Administration Davao Oriental - Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 150 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration Davao Oriental - Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From Monday To Friday, 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5 – 17, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (₱25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. 6. The National Irrigation Administration Davao Oriental - Irrigation Management Office Will Hold A Pre-bid Conference On February 5, 2025, 10:30 Am At National Irrigation Administration Davao Oriental Imo Conference Room, Brgy. Bagumbayan, Lupon, Davao Oriental, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 9:00 Am On February 17, 2025. 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 15. 9. Bid Opening Shall Be On February 17, 2025, 10:30 Am At National Irrigation Administration - Davao Oriental Imo Conference Room, Brgy. Bagumbayan, Lupon, Davao Oriental. Bids Will Be Opened In The Presence Of The Bidders/bidders’ Authorized Representative, Who Choose To Attend The Activity. 10. Other Information: A. Bidder Who Had Incurred 15% Slippage Or At Least 10% In Each Of Two (2) Or More On-going Contracts In Accordance With Sec. 34.3.b Ii Of Rule X – Post Qualification Of Ra 9184 Is Not Allowed To Participate In The Bidding Process. B. Bidders Who Had Incurred Liquidated Damages Of Their Previous Nia Contracts Are Advised Not To Participate In The Bidding Process. C. Bidder Is Allowed To Have At Least Two (2) Representatives All Throughout The Procurement Process With Duly Notarized Special Power Of Attorney (strictly The Same Representative Indicated In The Submitted Spa During Pre-bid Conference Can Only Attend In The Opening Of Bids). D. Interested Bidders Who Have Not Attended The Pre-bidding Conference Are Required To Purchase The Minutes Of Pre-bidding Conference. E. For The Processing Of Payment Of The Bidding Documents, Please Be Reminded To Bring The Following Documents: E-1. Company Profile; E-2. Copy Of Company Id And Organizational Structure Of Company E-3. Original Or Certified True Copy Of Letter Of Intent With Contact No. Of Amo E-4. Notarized And Signed Site Visit Form With Geotagged Pictures E-5. Certification From All Provincial Offices (imos) Including Regional Office, That The Contractor Has Not Incurred Three (3) Strikes From Their Previous Biddings. E-6. Pcab License D. Scope Of Work: Furnishing All Materials, Labor, Tools, Equipment, Technical Supervision And Other Services, And Performing All Operations Necessary For The Completion Of The Proposed Civil Works Contract Listed Below, All In Accordance With The Approved Plans And Specifications And Subject To The Terms And Conditions Of The Contract. Particulars : Construction Of 149.62 Meters Protection Dike At Downstream Right-side Portion Of Dam. Desilting Of 5,636.14 Meters Drainage Canal At Banaybanay Creek. Project Location: Lupon And Banaybanay, Davao Oriental Minimum Equipment Requirement (criteria) : Owned, Leased And/or Under Purchased Agreement 1- Unit Dozer (167hp) 1-unit Backhoe Solar 220 Lc-3 (139hp – 0.8 Cu.m.) 1-unit Crawler Crane (21-25 Mt. Tons) 1- Unit Payloader (110hp – 1.5 Cu.m.) 1-unit Tamping Rammer (280 -335) 1-unit Vibratory Roller (125hp-10 Tons) 2-unit Dump Truck (290hp – 9 Cu.m.) 3-units Mixer (1 Bagger) 1-unit Vibratory Hammer (201hp-60 Tons) 1-unit Cargo Truck (270hp –10 Tons) 1-unit Truck-tractor With Trailer 11. The National Irrigation Administration Davao Oriental - Irrigation Management Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Bac Secretariat Nia- Davao Oriental Irrigation Management Office 8207 Bagumbayan, Lupon, Davao Oriental (087) 808-5551/niaenggdavor@yahoo.com/ R11.davaooriental-imo@nia.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents : Https://notices.philgeps.gov.ph/ January 24, 2025 Elmer Joseph S. Coronel(sgd) Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 27.6 Million (USD 478.5 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vi Fort San Pedro, Iloilo City Invitation To Bid For Contract Id No.: 25gh0144 Contract Name: Construction Of Flood Mitigation Structure - Construction Of Flood Control Structure, Barangay Mangorocoro, Ajuy, Iloilo The Department Of Public Works And Highways Regional Office Vi Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Php 144,750,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gh0144– Construction Of Flood Mitigation Structure - Construction Of Flood Control Structure, Barangay Mangorocoro, Ajuy, Iloilo. Bids Received In The Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways Regional Office Vi Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Flood Mitigation Structure - Construction Of Flood Control Structure, Barangay Mangorocoro, Ajuy, Iloilo Contract Id No. : 25gh0144 Locations : Ajuy, Iloilo Scope Of Works : Construction Of Seawall, Concrete Slope Protection For Revetment With Stamped Concrete For Carriageway, Concrete Canal With Reinforced Precast Cover, And Solar Led Roadway Lighting Approved Budget For The Contract : Php 144,750,000.00 Contract Duration : 299 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B For Medium A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 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 “’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 Regional Office Vi And Inspect The Bidding Documents At Fort San Pedro, Iloilo City During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 16-february 06, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways Regional Office Vi Will Hold A Pre-bid Conference On January 23, 2025 At 2:00 P.m. At Bidding Room, Procurement Unit, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_iloilo3@dpwh.gov.ph For Electronic Submission On Or Before February 06, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On February 06, 2025 At 10:00 A.m At Department Of Public Works And Highways Regional Office Vi, Bidding Room, Procurement Unit. Bids Will Be Opened In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways Regional Office Vi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Marilou G. Zamora Bac Chairperson
Closing Date6 Feb 2025
Tender AmountPHP 144.7 Million (USD 2.4 Million)

Department Of Agriculture Tender

Publishing and Printing
Philippines
Details: Description Request For Quotation For The Procurement Of Office Supplies 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of Eighty-eight Thousand Nine Hundred Twenty-four Pesos (88,924.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Office Supplies. 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Contractors/ Bidders For Procurement Of Office Supplies With The Following Specification: 20 Ream Bondpaper, Long, 70 Gsm (subs 20) @350.00 Unit Cost 20 Ream Bondpaper, Short, 70 Gsm (subs 20) @280.00 Unit Cost 20 Ream Bondpaper, A4, 70 Gsm (subs 20) @300.00 Unit Cost 2 Pack Glossy Photo Sticker Paper (a4; 50 Sheets; 135 Gsm) @100.00 Unit Cost 60 Piece Envelop, Expanding Kraftboard Long With Garter @20.00 Unit Cost 6 Dozen Binder Clip (51mm; 12 Pieces) @80.00 Unit Cost 6 Dozen Binder Clip (41mm; 12 Pieces) @69.00 Unit Cost 6 Dozen Binder Clip (25mm; 12 Pieces) @45.00 Unit Cost 6 Dozen Binder Clip (19mm; 12 Pieces) @25.00 Unit Cost 2 Box Ball Point Pen (black; 50 Pieces Per Box) @160.00 Unit Cost 2 Box Ball Point Pen (blue; 50 Pieces Per Box) @160.00 Unit Cost 6 Box Sign Pen, Black 0.3 Mm (12piece/box) @480.00 Unit Cost 6 Box Sign Pen, Blue 0.3 Mm (12piece/box) @480.00 Unit Cost 8 Box Fastener (50 Pcs/box) @65.00 Unit Cost 5 Piece Multipurpose White Glue (130g) @55.00 Unit Cost 5 Set Highlighter Pen (6 Pieces Per Set) @75.00 Unit Cost 60 Piece Folder (white; Long) @9.00 Unit Cost 60 Piece Folder (white; Short) @7.00 Unit Cost 8 Box Paper Clip (55mm; 100 Pieces) @60.00 Unit Cost 2 Box Whiteboard Marker Black, Broad Tip, Refillable (12 Pcs/box) @350.00 Unit Cost 2 Box Marker, Permanent, Black, Broad Tip, Refillable (12 Pcs/box) @530.00 Unit Cost 60 Piece Long Brown Envelop @15.00 Unit Cost 20 Pad Sticky Notes (80 Sheets; 7.5cm X 7.5cm) @20.00 Unit Cost 10 Roll High Viscosity Packaging Tape (clear Tape; 1 Inch Wide *90 Yards) @40.00 Unit Cost 10 Roll High Viscosity Packaging Tape (clear Tape; 2 Inches Wide *100 Meters) @55.00 Unit Cost 1 Pack Laminating Film A4 (80 Miron; 100 Sheets) @300.00 Unit Cost 5 Pair Scissor (heavy Duty; Stainless; Shear Type; Strong Grip) @85.00 Unit Cost 3 Unit Calculator, 12 Digits, Key Rollover, 2-way Power (solar & Battery) @500.00 Unit Cost 3 Piece Stapler No.35 With Remover @170.00 Unit Cost 5 Box Stapler Wire (#35-5mm, 26/6), 5000 Piece Box @65.00 Unit Cost 10 Piece Ruler (plastic; 12 Inches) @12.00 Unit Cost 1 Piece Stamp Pad, Felt @60.00 1 Box Pencil Sharpener Machine Manual @350.00 Unit Cost 5 Box Pencil (12 Pieces Per Box) @200.00 Unit Cost 20 Piece Ink Cartridge (black) 682 @650.00 Unit Cost 20 Piece Ink Cartridge (colored) 682 @ 600.00 Unit Cost 20 Piece Ink Cartridge (black) 680 @650.00 Unit Cost 20 Piece Ink Cartridge (colored) 680 @600.00 Unit Cost Place Of Delivery: Bohol Apc 3. The Bidder Must Submit Mayor’s Permit And Philgeps Registration Number. The Office Will Require The Winning Bidder To Submit Omnibus Sworn Statement Prior To The Issuance Of The Notice Of Award (noa). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m. - 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered Together With The Required Legal Documents Stated At Item Number 3, To Bac Chairperson/ The Procurement Section At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Addressed And Contact Numbers Indicated Below: Procurement Unit Department Of Agriculture Regional Field Office 7 Tel No. 032-2682698 Fax No. 032-2563063 Telefax No. 032-2682698 Darfu7@ymail.com/da7ps@yahoo.com 7. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information And Required Documents To Be Submitted, Please Contact: Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Fabio G. Enriquez, Ph.d. Bac Chairperson
Closing Date24 Feb 2025
Tender AmountPHP 88.9 K (USD 1.5 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Contract Id No. 25gn0065 Contract Name: Construction Of Road, Magsaysay St. Zarandin St., And Presbitero St., Valladolid, Negros Occidental 1. The Dpwh Neg. Occ. 4th District Engineering Office, Bago City, Neg. Occ., Through The Regular Infrastructure Projects Fy 2025 (gaa 2025) Intends To Apply The Sum Of Php 9,899,992.15 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25gn0065 - Construction Of Road, Magsaysay St. Zarandin St., And Presbitero St., Valladolid, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Neg. Occ. 4th District Engineering Office, Bago City, Neg. Occ. Now Invites Bids For The Hereunder Procurement Project. Name Of Contract: Construction Of Road, Magsaysay St. Zarandin St., And Presbitero St., Valladolid, Negros Occidental Contract Id No.: 25gn0065 Contract Location: Municipality Of Valladolid, Negros Occidental Scope Of Work: Construction Of Concrete Road With A Physical Target Of 0.760 Lane Km With Varies Carriageway Width And Shoulder Paved At Specific Locations With A Thickness Of 250mm. Also, It Includes Installation Of Roadway Lighting (solar Streetlight) At Designated Locations And Thermoplastic Pavement Markings Throughout The Entire Length. Approved Budget For The Contract: Php 9,899,992.15 Contract Duration: 84 Calendar Days 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Dpwh Neg. Occ. 4th District Engineering Office, Bago City, Neg. Occ. And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 Until 9:00 Am Of February 24, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Dpwh Neg. Occ. 4th District Engineering Office, Bago City, Neg. Occ. Will Hold A Pre-bid Conference On February 12 2025 At 10:00 Am At 2nd Floor, Bac Conference Room, Dpwh Neg. Occ. 4th Deo, Bago City, Neg. Occ. And/or Through Webcasting Via Youtube Channel Dpwh Negros Occidental 4th Deo Procurement Ls (@dpwh.negoc4.deo.), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below And Online Or Electronic Submission As Indicated Below On Or Before 10:00 Am February 24, 2025. 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 24, 2025, 10:00am At The Given Address Below And/or Through Webcasting Via Youtube Channel Dpwh Negros Occidental 4th Deo Procurement Ls (@dpwh.negoc4.deo.). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly 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. Bid Proposals May Be Submitted Through An Authorized Representative Who Must Present A Copy Of Dpwh Contractor Registration Certificate (crc), Duly Issued Company Id Signed By The Authorized Managing Officer And Two (2) Valid Government Issued Identification. In Order To Establish A Fair And Transparent System For Managing Offenses Committed By Bidders In The Procurement Of Infrastructure, Goods And Consulting Services Projects Through Public Bidding, The Department Of Public Works And Highways (dpwh) Introduced An Updated Three (3)-strike Policy (department Order No. 28 Series Of 2024). This Policy Is Aimed At Enforcing Adherence To The Procurement Guidelines Stipulated Under Section 69.1.i Of The 2026 Revised Implementing Rules And Regulations (irr) Of Republic (r.a.) 9184. 11. The Dpwh Neg. Occ. 4th District Engineering Office, Bago City, Neg. Occ. Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Pamela A. Syjuco Head, Procurement Unit Dpwh Neg. Occ. 4th District Engineering Office Brgy. Lag-asan, Bago City, Neg. Occ. (034) 4611-250 Email Add: Dpwhnegocc4thprocurement@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And/or Www.notices.philgeps.gov.ph For Online Bid Submission: Electronicbids_negrosoccidental4@dpwh.gov.ph Date Of Posting: February 5-11, 2025 @ Youtube, Philgeps & Dpwh Websites Bulletin Board, Dpwh Neg. Occ. 4th Deo Ermie Margarette A. Pacurib Engineer Iii Bac Chairperson
Closing Date24 Feb 2025
Tender AmountPHP 9.8 Million (USD 171.1 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Marinduque District Engineering Office Boac, Marinduque, Mimaropa (region Iv-b) Invitation To Bid For Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court), Brgy. Caigangan, Buenavista, Marinduque 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 6,924,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0046 - Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court), Brgy. Caigangan, Buenavista, Marinduque. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (covered Court), Brgy. Caigangan, Buenavista, Marinduque Contract Id No. : 25ea0046 Locations : Brgy. Caigangan, Buenavista, Marinduque Scope Of Works : Construction Of 16 Columns And Footings; Footing Tie Beams; Roof Beams; Slab On Fill; Roof Framing And Roofing Works; Sidings. It Also Includes Electrical Room; Concrete Pedestal; Complete Sets Of Doors And Windows; Painting Works; Formworks; 100mm Chb Walls; Cement Plaster Finish; Storm Drainage And Downspout; Waterproofing; Electrical Works And Solar Panel With Inverter, Battery And Other Devices; Zoning Fee/locational Clearance, Professional Fee, Filing Fee, Occupancy Permit And Electrical Fee. (see Plans For Details) Approved Budget For The Contract : Php 6,924,000.00 Contract Duration : 175 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C&d For Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 02-21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 09, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_yzblzdhlyjitymmxmy00odgyltk2ywqtnwuwmdfhyjuxmwi2%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 21, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 21, 2025, 10:00 Am, Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: Fernan S. Diaz Bac Chairperson Date: January 02, 2025
Closing Date21 Jan 2025
Tender AmountPHP 6.9 Million (USD 118.2 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0054 – Construction Of Barangay Hall, Brgy. San Nicolas, Don Carlos, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall, Brgy. San Nicolas, Don Carlos, Bukidnon Contract Id # : 25kb0054 Locations : Don Carlos, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 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 An Open Competitive Bidding Procedure 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 Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The (bid Data Sheet) Bds, Itb Clause 18. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Bukidnon Second District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
9981-9990 of 10000 archived Tenders