Website Tenders
Website Tenders
Cabanatuan City Tender
Others
Philippines
Details: Description Invitation To Bid For Equipment No. 2025-003 1. The Barangay Imelda, Through The Annual Budget 2025(general Fund) Approved By The Sanggunian Intends To Apply The Sum Of Eighty Thousand Pesos (php 80,000.00 ) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Imelda Now Invites Bids For Equipment. Completion Of The Works Is Required From January 23 To February 23,2025. Bidders Should Have Completed, Within Two (2) Weeks 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 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines.,and No Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens,pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Barangay Imelda And Inspect The Bidding Documents At The Address Given Below Between 9:00am To 4:00pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting 23 January 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 2,000.00. 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 Nonrefundable Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. The Barangay Imelda Will Hold A Pre-bid Conference On 05 February 2025 At 2:00pm At Barangay Hall, Barangay Imelda, Cabanatuan City, Which Shall Be Open Only To All Interested Parties. 6. Bids Must Be Delivered To The Address Below On Or Before 12 February 2025 At 10:00am At Barangay Hall, Barangay Imelda, Cabanatuan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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. 7. Line/lot Item Bidding Applies.the Bac Activities Are: Availability Of Bidding Documents January 23- February 06,2025 (12pm) Pre-bid Conference February 05,2025 (2pm) Deadline For Submission And Receipt Of Bids February 12,2025 (12pm) Opening Of Bids February 12,2025 (2pm) 8. The Barangay Imelda 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. 9. For Further Information, Please Refer To: Head, Bac Secretariat Bids And Awards Committee Barangay Imelda, Cabanatuan City Email –imelda.brgy@yahoo.com Bac Chairperson
Closing Soon6 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid (cw-01-2025-003) 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, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Asphalt Overlay Along Manila-batangas Poblacion Road K0079+(-963) - K0079+030 Lipa City, Batangas Contract Id No. : 24dd0278 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 835.00 L.m. Road With Varying Width From 9.70m To 12.20m And 41.60 L.m. Road With Varying Width From 12.20m To 13.20m And Thickness Of 50mm And 100mm Respectively Including Application Of Thermoplastic Pavement Markings, Installation Of Warning And Regulatory Signs And Ductile Iron Manhole Cover Gratings Approved Budget For The Contract : Php 31,845,000.00 Source Of Funds : Sr2024-12-023340 Contract Duration : 104 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.2 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 Lipa City - Mataasnakahoy Diversion Rd Leading To Taal Circumferential Road, Phase 10, Batangas Contract Id No. : 25dd0134 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Bridge Foundation (70.00 L.m. Pscg Bridge With 6 Sets Of Pile Cap, 4 - 1.00m Dia. X 25.00 L.m. Deep Bored Pile Each & 1 - 2.80m Dia. X 25.00 L.m. Deep Column Each); Construction Of 155.00 L.m. - 6 Lane Road With Width Of 3.35m And Thickness Of 0.30m Including Slope Protection Using Mechanically Stabilized Earth Wall Structure Vegetated Facia, Drainage, Sidewalk, Bicycle Lane And Railings Approved Budget For The Contract : Php 193,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium B License Category : A Amount Of Bidding Documents : Php 50,000.00 1.3 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 San Jose - Ibaan Road, (phase 2), Batangas Contract Id No. : 25dd0135 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 824.00 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 153 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.4 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, Rehabilitation Of Road At Barangay Rizal, Lipa City, Batangas Contract Id No. : 25dd0136 Project Location : Lipa City, Batangas Scope Of Works : "section I : Rehabilitation Of 786.00 L.m. Road With Width Of 5.50m And Thickness Of 0.28m Section Ii : Rehabilitation Of 34.50 L.m. Road With Width Of 5.00m And Thickness Of 0.28m" Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 153 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.5 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 Including Facilities, Barangay Cawongan, Padre Garcia, Batangas Contract Id No. : 25dd0137 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (43.73m X 22.00m) Including Masonry Works, Roofing Works (grid 7-10), Electrical Works And Finishing Works Approved Budget For The Contract : Php 19,800,000.00 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 1.6 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, Improvement Of Road, Barangay Catandala, Ibaan, Batangas Contract Id No. : 25dd0138 Project Location : Ibaan, Batangas Scope Of Works : "section I : Improvement Of 144.00 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Improvement Of 328.00 L.m. Road With Width Of 6.70m And Thickness Of 0.30m" Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 108 Calendar Days Size Range : Small B License Category : C & D 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, Construction Of Multi-purpose Building (barangay Hall) At Barangay Quilib, Rosario, Batangas Contract Id No. : 25dd0139 Project Location : Rosario, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (17.10m X 8.76m) Including Structural Works, Architectural Works, Plumbing Works, Mechanical Works, Electrical Works, Auxiliary Works, Installation Of Cctv System, Fire Alarm System, Water Pumping System, Finishing Hardware And 1-50kva Transformer 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 1.8 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, Improvement Of Secondary Provincial Road Along Barangay Mabayabas, Taysan, Batangas Contract Id No. : 25dd0140 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation Of 45.00 L.m. Carriageway With Width Of 4.00m And Thickness Of 0.30m Using Cement Treated Base And Reinforced Concrete Pavement Including Widening Of 721.00 L.m. Road (both Sides) With Width Of 1.05m And Thickness Of 0.30m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.9 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 Tambo, Lipa City, Batangas Contract Id No. : 25dd0141 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 163.00 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Section Ii : Construction Of 75.00 L.m. And 140.00 L.m. Road With Width Of 5.00m And 4.00m Respectively And Thickness Of 0.20m Section Iii : Construction Of 78.00 L.m. And 139.00 L.m. Road With Width Of 5.00m And 4.00m Respectively And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 67 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.10 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, Rehabilitation Of Road At Barangay Malagonlong, Lipa City, Batangas Contract Id No. : 25dd0142 Project Location : Lipa City, Batangas Scope Of Works : "section I : Rehabilitation Of 104.80 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Rehabilitation Of 92.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Rehabilitation Of 50.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Rehabilitation Of 158.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Flaring Section V : Rehabilitation Of 72.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Vi : Rehabilitation Of 224.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap, Cross Drainage And Embankment" Approved Budget For The Contract : Php 9,310,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 122 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.11 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 San Francisco, Lipa City, Batangas Contract Id No. : 25dd0143 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 185.50 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 50.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 163.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,390,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.12 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 Provincial Road In Brgy. San Marcelino, Taysan, Batangas Contract Id No. : 25dd0144 Project Location : Taysan, Batangas Scope Of Works : Construction Of 82.00 L.m. And 39.80 L.m. Reinforced Concrete Pavement With Width Of 6.10m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 44 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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, Construction Of Road In Brgy. Tiquiwan, Rosario, Batangas Contract Id No. : 25dd0145 Project Location : Rosario, Batangas Scope Of Works : Construction Of 471.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 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 5,000.00 1.14 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, Barangay Santo Cristo, San Jose, Batangas Contract Id No. : 25dd0146 Project Location : San Jose, Batangas Scope Of Works : Construction Of 360.00 L.m. Road With Varying Width Of 3.20m To 4.20m And Thickness Of 0.20m; Reblocking Of 176.00 L.m. Road With Varying Width Of 3.20m To 4.80m And Thickness Of 0.20m; Installation Of 13.00 L.m. - 610mm Dia. Rcpc Cross Drainage Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 51 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 Tangob, Lipa City, Batangas Contract Id No. : 25dd0147 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (15.883m X 4.83m) Including Structural Works, Plumbing Works, Ceiling Works, Roofing Works, Architectural Works, Finishing Works And Electrical Works 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 1.16 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 Sitio Putol, Barangay Pag-asa, Taysan, Batangas Contract Id No. : 25dd0148 Project Location : Taysan, Batangas Scope Of Works : Improvement Of 4 Bays Covered Court (30.00m X 13.50m) Including Structural Works (footing And Pedestal), Plumbing Works (storm Drainage And Downspout), Painting Works (steel), Steel Works And Roofing Works 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 1.17 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 Barangay Road At Barangay Sto. Niño, Lipa City, Batangas Contract Id No. : 25dd0149 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 157.90 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Section Ii : Construction Of 172.87 L.m. Road With Width Of 3.00m 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 : 62 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
Closing Soon12 Feb 2025
Tender AmountPHP 12.8 Million (USD 220.1 K)
Municipality Of Kasibu, Nueva Vizcaya Tender
Philippines
Details: Description Rehabilitation Of Hanging Foot Bridge-bulawan-lintungan - Dine Minimum Pcab License Required: Small B On Roads And Bridges 1. The Municipal Government Of Kasibu, Through The Supplemental Budget No. 1 2024 Intends To Apply The Sum Of One Million Four Hundred Fifty Four Thousand Seven Hundred Nine Pesos And Thirty Centavos Only (p1,454,709.30) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Rehabilitation Of Hanging Foot Bridge-bulawan-lintungan Located At Dine, Kasibu, Nueva Vizcaya Invitation Number: 18-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty Eight (68) Working 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 Nondiscretionary “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 The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 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 Five Thousand Pesos Only (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Personal. 9 6. The Municipal Government Of Kasibu Will Hold A Pre-bid Conference1 On January 30, 2025 At 10:00am At The General Services Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The General Services Office On Or Before February 11, 2025 At 10:00am. 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. Equipment Needed For The Project Are As Follows: Cargo/service Truck 10. Bid Opening Shall Be On February 11, 2025 At 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Municipal Government Of Kasibu 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: Gaudencio Q. Orpiano, Jr Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv Admin. Asst. Ii Head Bac Secretariat Bac Secretariat Cp#09265996599 Cp#09279534801 [january 23, 2025] James B. Canayan Municipal Assessor Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.8 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n713.34|glk|717-605-3020|emma.j.hippensteel.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo- Invoice And Receiving Report||tbd|n00104|tbd|tbd|see Schedule|tbd|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
"all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 90 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
your Quote Should Include The Following Information:
Quote Amount And Rtat
Unit Price:__________
Total Price:__________
Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract.
Check One: Firm-fixed-price ___ Estimated ___ Nte ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________.
Awardee Info & Performance Location
Awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
""important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A ""reconciliation Modification"" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section
Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
"
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Valve/actuator Assy .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Valve/actuator Assy Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;98032 200059-01-02;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Bayambang Water District Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid For: Lot 1: Supply Of Labor And Materials For The 100mmø Transmission & Distribution Line Expansion At Brgys. Maigpa, Macayocayo, Batangcaoa, Beleng And Balaybuaya, Bayambang, Pangasinan (10603110) (reposting) Lot 2: Supply Of Labor And Materials For The 100mmø & 50mmø Transmission & Distribution Line Expansion At Brgys. Paragos & Iton, Bayambang, Pangasinan (10603110) 1. The Bayambang Water District, Through The Development Bank Of The Philippines (dbp) Loan Intends To Apply The Sum Of Eighteen Million Six Hundred Thirty-four Thousand Eight Hundred Twenty Pesos (php 18,634,820.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lot 1: Supply Of Labor And Materials For The 100mmø Transmission & Distribution Line Expansion At Brgys. Maigpa, Macayocayo, Batangcaoa, Beleng And Balaybuaya, Bayambang, Pangasinan (10603110) (reposting) And The Sum Of Two Million Four Hundred Twenty-nine Thousand Four Hundred Twenty-eight Pesos (php 2,429,428.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lot 2: Supply Of Labor And Materials For The 100mmø & 50mmø Transmission & Distribution Line Expansion At Brgys. Paragos & Iton, Bayambang, Pangasinan (10603110) With Project Identification Number Pb 01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bayambang Water District Now Invites Bids For The Procurement Infrastructure Projects Lot 1: Supply Of Labor And Materials For The 100mmø Transmission & Distribution Line Expansion At Brgys. Maigpa, Macayocayo, Batangcaoa, Beleng And Balaybuaya, Bayambang, Pangasinan (10603110) (reposting) And Lot 2: Supply Of Labor And Materials For The 100mmø & 50mmø Transmission & Distribution Line Expansion At Brgys. Paragos & Iton, Bayambang, Pangasinan (10603110). Completion Of The Works Is Required One Hundred Twenty (120) Calendar Days For Lot 1 And Sixty (60) Calendar Days For Lot 2. 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 Bayambang Water District And Inspect The Bidding Documents At The Address Given Below From Monday To Friday From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 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 (php 25,000.00) For Lot 1 And Five Thousand Pesos (php 5,000.00) For Lot 2. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Bayambang Water District Will Hold A Pre-bid Conference On January 31, 2025, Friday, 10:00 Am At Bayambang Water District Conference Room, Ernesto J. Fernandez Bldg., Rizal St., Zone Ii, Bayambang, Pangasinan And/or Through Videoconferencing/webcasting Via Teleconference (messenger/zoom), 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 February 13, 2025, Thursday, 11:30 Am. 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 13, 2025, Thursday, 1:30 Pm At Bayambang Water District Conference Room, Ernesto J. Fernandez Bldg., Rizal St., Zone Ii, Bayambang, Pangasinan And/or Through Teleconference (messenger/zoom). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Bayambang Water District 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. 11. For Further Information, Please Refer To: Lovely S. Dayrit Chairperson, Bac Ernesto J. Fernandez Bldg., Rizal St., Zone Ii, Bayambang, Pangasinan Baywad.bac@gmail.com (075) 632-1299 Http://bayambangwaterdistrict.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://bayambangwaterdistrict.gov.ph/posting.php January 23, 2025 (sgd.) Lovely S. Dayrit Chairperson, Bac
Closing Date13 Feb 2025
Tender AmountPHP 21 Million (USD 360.2 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid (cw-01-2025-003) 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, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Asphalt Overlay Along Manila-batangas Poblacion Road K0079+(-963) - K0079+030 Lipa City, Batangas Contract Id No. : 24dd0278 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 835.00 L.m. Road With Varying Width From 9.70m To 12.20m And 41.60 L.m. Road With Varying Width From 12.20m To 13.20m And Thickness Of 50mm And 100mm Respectively Including Application Of Thermoplastic Pavement Markings, Installation Of Warning And Regulatory Signs And Ductile Iron Manhole Cover Gratings Approved Budget For The Contract : Php 31,845,000.00 Source Of Funds : Sr2024-12-023340 Contract Duration : 104 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.2 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 Lipa City - Mataasnakahoy Diversion Rd Leading To Taal Circumferential Road, Phase 10, Batangas Contract Id No. : 25dd0134 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Bridge Foundation (70.00 L.m. Pscg Bridge With 6 Sets Of Pile Cap, 4 - 1.00m Dia. X 25.00 L.m. Deep Bored Pile Each & 1 - 2.80m Dia. X 25.00 L.m. Deep Column Each); Construction Of 155.00 L.m. - 6 Lane Road With Width Of 3.35m And Thickness Of 0.30m Including Slope Protection Using Mechanically Stabilized Earth Wall Structure Vegetated Facia, Drainage, Sidewalk, Bicycle Lane And Railings Approved Budget For The Contract : Php 193,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium B License Category : A Amount Of Bidding Documents : Php 50,000.00 1.3 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 San Jose - Ibaan Road, (phase 2), Batangas Contract Id No. : 25dd0135 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 824.00 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 153 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.4 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, Rehabilitation Of Road At Barangay Rizal, Lipa City, Batangas Contract Id No. : 25dd0136 Project Location : Lipa City, Batangas Scope Of Works : "section I : Rehabilitation Of 786.00 L.m. Road With Width Of 5.50m And Thickness Of 0.28m Section Ii : Rehabilitation Of 34.50 L.m. Road With Width Of 5.00m And Thickness Of 0.28m" Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 153 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.5 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 Including Facilities, Barangay Cawongan, Padre Garcia, Batangas Contract Id No. : 25dd0137 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (43.73m X 22.00m) Including Masonry Works, Roofing Works (grid 7-10), Electrical Works And Finishing Works Approved Budget For The Contract : Php 19,800,000.00 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 1.6 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, Improvement Of Road, Barangay Catandala, Ibaan, Batangas Contract Id No. : 25dd0138 Project Location : Ibaan, Batangas Scope Of Works : "section I : Improvement Of 144.00 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Improvement Of 328.00 L.m. Road With Width Of 6.70m And Thickness Of 0.30m" Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 108 Calendar Days Size Range : Small B License Category : C & D 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, Construction Of Multi-purpose Building (barangay Hall) At Barangay Quilib, Rosario, Batangas Contract Id No. : 25dd0139 Project Location : Rosario, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (17.10m X 8.76m) Including Structural Works, Architectural Works, Plumbing Works, Mechanical Works, Electrical Works, Auxiliary Works, Installation Of Cctv System, Fire Alarm System, Water Pumping System, Finishing Hardware And 1-50kva Transformer 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 1.8 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, Improvement Of Secondary Provincial Road Along Barangay Mabayabas, Taysan, Batangas Contract Id No. : 25dd0140 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation Of 45.00 L.m. Carriageway With Width Of 4.00m And Thickness Of 0.30m Using Cement Treated Base And Reinforced Concrete Pavement Including Widening Of 721.00 L.m. Road (both Sides) With Width Of 1.05m And Thickness Of 0.30m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.9 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 Tambo, Lipa City, Batangas Contract Id No. : 25dd0141 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 163.00 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Section Ii : Construction Of 75.00 L.m. And 140.00 L.m. Road With Width Of 5.00m And 4.00m Respectively And Thickness Of 0.20m Section Iii : Construction Of 78.00 L.m. And 139.00 L.m. Road With Width Of 5.00m And 4.00m Respectively And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 67 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.10 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, Rehabilitation Of Road At Barangay Malagonlong, Lipa City, Batangas Contract Id No. : 25dd0142 Project Location : Lipa City, Batangas Scope Of Works : "section I : Rehabilitation Of 104.80 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Rehabilitation Of 92.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Rehabilitation Of 50.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Rehabilitation Of 158.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Flaring Section V : Rehabilitation Of 72.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Vi : Rehabilitation Of 224.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap, Cross Drainage And Embankment" Approved Budget For The Contract : Php 9,310,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 122 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.11 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 San Francisco, Lipa City, Batangas Contract Id No. : 25dd0143 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 185.50 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 50.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 163.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,390,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.12 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 Provincial Road In Brgy. San Marcelino, Taysan, Batangas Contract Id No. : 25dd0144 Project Location : Taysan, Batangas Scope Of Works : Construction Of 82.00 L.m. And 39.80 L.m. Reinforced Concrete Pavement With Width Of 6.10m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 44 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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, Construction Of Road In Brgy. Tiquiwan, Rosario, Batangas Contract Id No. : 25dd0145 Project Location : Rosario, Batangas Scope Of Works : Construction Of 471.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 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 5,000.00 1.14 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, Barangay Santo Cristo, San Jose, Batangas Contract Id No. : 25dd0146 Project Location : San Jose, Batangas Scope Of Works : Construction Of 360.00 L.m. Road With Varying Width Of 3.20m To 4.20m And Thickness Of 0.20m; Reblocking Of 176.00 L.m. Road With Varying Width Of 3.20m To 4.80m And Thickness Of 0.20m; Installation Of 13.00 L.m. - 610mm Dia. Rcpc Cross Drainage Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 51 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 Tangob, Lipa City, Batangas Contract Id No. : 25dd0147 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (15.883m X 4.83m) Including Structural Works, Plumbing Works, Ceiling Works, Roofing Works, Architectural Works, Finishing Works And Electrical Works 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 1.16 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 Sitio Putol, Barangay Pag-asa, Taysan, Batangas Contract Id No. : 25dd0148 Project Location : Taysan, Batangas Scope Of Works : Improvement Of 4 Bays Covered Court (30.00m X 13.50m) Including Structural Works (footing And Pedestal), Plumbing Works (storm Drainage And Downspout), Painting Works (steel), Steel Works And Roofing Works 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 1.17 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 Barangay Road At Barangay Sto. Niño, Lipa City, Batangas Contract Id No. : 25dd0149 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 157.90 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Section Ii : Construction Of 172.87 L.m. Road With Width Of 3.00m 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 : 62 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
Closing Soon12 Feb 2025
Tender AmountPHP 14.8 Million (USD 253.9 K)
Municipality Of Alamada, Cotabato Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Region Xii Province Of Cotabato Municipality Of Alamada Office Of The Bids And Awards Committee (bac) Invitation To Bid For: 24-12-1198 Concreting Of Farm To Market Road Located At Purok 6-a At Sitio Lamuyon, Barangiran, Cotabato The Local Government Unit Of Alamada, Through The 20% Df 2025 Intends To Apply The Sum Of P 1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot 24-12-1198 Concreting Of Farm To Market Road Located At Purok 6-a At Sitio Lamuyon, Barangiran, Cotabato Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 1. The Local Government Unit Of Alamada Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 31 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). 2. 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. 3. Interested Bidders May Obtain Further Information From Local Government Unit Of Alamada And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays 9:00am To 4:00pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 18, 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 P 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person With Official Receipt. 5. The Local Government Unit Of Alamada Will Hold A Pre-bid Conference On February 04, 2025 At Bac Office, Alamada Cotabato @ 10:00 Oclock In The Morning. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025 At 10:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On February 18, 2025 At 10:00am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Other Necessary Information: None 10. The Local Government Unit Of Alamada 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. 11. For Further Information, Please Refer To: Ignacio V. De Guzman, Jr., Mpa, Rea Municipal Assessor/ Bac Head Secretariat Office Of The Bids And Awards Committee 09204929937/ 09159740173 Zobaidapelandoc@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: See Philgeps Notice Posted Online Bid Submission: Not Applicable Due To Very Slow Internet Connectivity. January 22, 2025______________ [date Of Issue] Noli S. Doromal Municipal Budget Officer Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 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 Cotabato 1st District Engineering Office Villarica, Midsayap, Cotabato Invitation To Bid For 25md0041 – Construction Of Road, Poblacion 1 – Upper Glad 1 Along Irrigation Canal, Phase 2, Barangay Upper Glad 1, Midsayap, North Cotabato 1. The Department Of Public Works And Highways– Cotabato 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php4,950,000.00 Being The Approved Budget For The Contract (abc) To Payment Under The Contract For 25md0041 – Construction Of Road, Poblacion 1 – Upper Glad 1 Along Irrigation Canal, Phase 2, Barangay Upper Glad 1, Midsayap, North Cotabato. Bids In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways–cotabato 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 31 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. 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 4:00pm 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 (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways–cotabato 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8am To 5pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 – February 11, 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 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. Dpwh-infr-04-2016 8. The Department Of Public Works And Highways–cotabato 1st District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025 @ 10:00 A.m. At Dpwh Cotabato 1st Deo Conference Room, Villarica, Midsayap, Cotabato And/or Through Youtube Channel (https://youtube.com/@dpwhcotabato1stdeo), Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or February 11, 2025 @ 9:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On February 11, 2025 @ 9:00 A.m At The Given Address Below And/or Through Youtube Channel. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Department Of Public Works And Highways–cotabato 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 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. 13. For Further Information, Please Refer To: Ana Maria B. Resmenia Head, Procurement Unit Dpwh Villarica, Midsayap, Cotabato Banay.josephine@dpwh.gov.ph Tel. No. (064) 5770389 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Refer To Dpwh D.o. 087, S. 2020 (http://dpwhweb/pdf/issuances/do/20/do 087 S2020 Electronic Bid Submission Email: Electronicbids_cotabato1@dpwh.gov.ph Date Issue: January 23, 2025 Evelyn L. Dilangalen Engineer Iii Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Department Of Public Works And Highways Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways, Leyte Fourth District Engineering Office, Ormoc City Through The Gaa Cy 2024 Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Approves Budget For The Contract (abc) To Payments Under The Contract/s Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Leyte Fourth District Engineering Office, Ormoc City Now Invites Bids For The Following: 1. Contract Id : 24gif09 Contract Name : Purchase Of Dump Truck For The Road Construction And Waste Management Use In The Maintenance Section @ Leyte 4th Deo Contract Location : @ Leyte 4th Deo Total Approved Budget For The Contract : P 7,600,000.00 Contract Duration : 90 Calendar Days Cost Of Bidding Documents : P 10,000.00 Source Of Funds : Procurement Plan Cy 2024 2. Contract Id : 24gif10 Contract Name : Purchase Of Electric Forklift 2.0 T For The Road Construction And Waste Management Use In The Maintenance Section @ Leyte 4th Deo Contract Location : @ Leyte 4th Deo Total Approved Budget For The Contract : P 3,300,000.00 Contract Duration : 90 Calendars Days Cost Of Bidding Documents : P 5,000.00 Source Of Funds : Procurement Plan Cy 2024 3. Contract Id : 24gif11 Contract Name : Purchase Of Mini Asphalt Paver For The Road Construction And Waste Management Use In The Maintenance Section @ Leyte 4th Deo Contract Location : @ Leyte 4th Deo Total Approved Budget For The Contract : P 4,000,000.00 Contract Duration : 20 Calendar Days Cost Of Bidding Documents : P 5,000.00 Source Of Funds : Procurement Plan Cy 2024 4. Contract Id : 24gif12 Contract Name : Purchase Of Pick-up 4wd For The Transport Of Personnel, Equipment, Supplies, Products, And Materials @ Leyte Dpwh 4th Deo Contract Location : @ Leyte 4th Deo Total Approved Budget For The Contract : P 2,400,000.00 Contract Duration : 60 Calendar Days Cost Of Bidding Documents : P 5,000.00 Source Of Funds : Procurement Plan Cy 2024 5. Contract Id : 24gif13 Contract Name : Purchase Of Brand New Light Tower And Brand New Portable Air Compressor With Jack Hammer For The Quick Response Assets (qra) Preparedness Measures For The Upcoming Rainy Season And The Other Incidents And Calamity @ Leyte 4th Deo Contract Location : @ Leyte 4th Deo Total Approved Budget For The Contract : P 5,000,000.00 Contract Duration : 30 Calendar Days Cost Of Bidding Documents : P 5,000.00 Source Of Funds : Procurement Plan Cy 2024 Bidders Should Have Completed, Within 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 (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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 Department Of Public Works And Highways, Leyte Fourth District Engineering Office, Ormoc City And Inspect The Bidding Documents At The Address Given Below During Weekday From 8:00 A.m. – 5:00 P.m Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 – February 11, 2025 From The 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 Five Thousand Pesos Only (5,000.00) For Cid No. 24gif10, 24gif11, 24gif12, 24gif13, & Ten Thousand Pesos Only (10,000.00) For Cid No. 24gif09. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Department Of Public Works And Highways, Leyte Fourth District Engineering Office, Ormoc City Will Hold A Pre-bid Conference On January 30, 2025 (10:00am) At Dpwh – Leyte Iv Deo Bac Office And/or Through Video Conferencing Or Webcasting Via Youtube (dpwh Leyte 4th Deo Procurement Livestream) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 11, 2025 @ 9:00 A.m. 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 14. 9. Bid Opening Shall Be On February 11, 2025 Immediately After The Deadline Of Submission Of Bids At The Given Address Below And/or Through Livestreaming Via Youtube (dpwh Leyte 4th Deo Procurement Livestream). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1.issuance/downloading Of Bidding Documents January 23, 2025 – February 11, 2025, Until 9:00 A.m. Hard Copies At Bac Secretariat-dpwh-leyte Iv Deo And In The Dpwh And Philgeps Websites 2.pre-bid Conference January 30, 2024 – 10:00 A.m. Dpwh-leyte Iv Deo Bac Office, Ormoc City 3.deadline For The Submission And Receipt Of Bids February 11, 2025 Until 9:00 A.m. Procurement Unit- Dpwh-leyte Iv Deo, Ormoc City 4. Opening Of Bids February 11, 2025 Immediately After The Deadline Of Submission Procurement Unit-dpwh-leyte Iv Deo, Ormoc City 11. The Department Of Public Works And Highways, Leyte Fourth District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Head Bac Secretariat: Imelda Jane B. Colipano Dpwh – Leyte Iv Deo, Ormoc City Telephone No: (053) 255-2243 / (053) 255-2230 Email Address: Bacleyte4thdeo@gmail.com 13. You May Visit The Following Websites: Https://notices.philgeps.gov.ph/ And Https://www.dpwh.gov.ph/ For Downloading Of Bidding Documents. Date Of Publication: Dpwh & Philgeps Websites January 23, 2025 – February 11, 2025 Approved: Noted: Joel V. Perez Rosita A. Tinawin Engineer Iii District Engineer Bac Chairperson
Closing Soon11 Feb 2025
Tender AmountPHP 2.4 Million (USD 41 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Albay 3rd District Engineering Office Regional Office V Paulog, Ligao City Invitation To Bid For Convergence And Special Support Program - Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services - Construction (completion) Of Multi-purpose Building (covered Court), Barangay Agpay, Guinobatan, Albay The Dpwh - Albay 3rd District Engineering Office, Through Gaa Fy 2025 Of R.a. 12116 Intends To Apply The Sum As Stated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract Specified Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Dpwh - Albay 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25fo0052 Name Of Contract : Convergence And Special Support Program - Basic Infrastructure Program (bip) - Multi-purpose Buildings/ Facilities To Support Social Services - Construction (completion) Of Multi-purpose Building (covered Court), Barangay Agpay, Guinobatan, Albay Location : Guinobatan, Albay Scope Of Works : Construction Of One Multi-purpose Building (covered Court) At Said Location Approved Budget For The Contract : Two Million Four Hundred Seventy-five Thousand Pesos (p 2,475,000.00 ) Contract Duration : 90 Cd Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least A Pcab License Category C & D (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 Building, Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor's Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contactor Profile Eligibility Process (cpep), And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm, Or At The Dpwh Website Www.dpwh.gov.ph. Bidding Will Be Conducted Through Open Competitive Bidding Using Non-discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, As Well As All Applicable Procurement-related Dpwh Department Orders (do). The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. Interested Bidders May Obtain Further Information From The Procurement Unit Office, And Inspect The Bidding Documents At Dpwh - Albay 3rd District Engineering Office, Paulog, Ligao City, During Weekdays From 8:00 Am - 12:00 Pm & 1:00 Pm - 5:00 Pm. Prospective Bidders Shall Submit Their Duly Accomplished Forms As Specified In Itb Clause 16. The Technical And Financial Documents Must Be Paginated, Bounded, Tab Marked, And Properly Sealed. All Bidders Are Invited To Attend The Pre-bid Conference As Scheduled For New Instructions. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 Until The Submission Of Bids, From The Given Address, 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 Thousand Pesos (p5,000.00). Bidders Can Make Payment For The Purchase Of Bid Documents At Any Dpwh Field Office. Should They Opt To Make Such Payment In Our Office, They Are Advised That The Cut-off Time For Securing The Memo For Order Of Payment Is At 8:45 Am, And The Order Of Payment Itself From The Accounting Section For Such Fee Is At 9:15 Am, Respectively, On The Deadline Date For The Receipt By The Bac Of Bids. It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website - Www.philgeps.gov.ph, And/or At The Dpwh Website - Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Dpwh - Albay 3rd District Engineering Office Will Hold Pre-bid Conference On January 30, 2025 At 9:00 Am At The Procurement Unit Office, Paulog, Ligao City, Which Shall Be Open To Prospective Bidders. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. Prospective Bidders. Who Opts To Submit Bids Manually, Shall Present Their Original Official Receipt Of Payment For Bidding Documents (project Specific) To The Bac Secretariat Of This Office Before Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representative/s As Reflected In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 197 Series Of 2001. Thus, Said Owner Or Representative Is Required To Present Two (2) Government Issued Identification Cards W/ Photo & Signature, For Identity Purposes. Bids Must Be Duly Received By The Bac Secretariat Through Either (i) Manual Submission At The Procurement Unit Office, Paulog, Ligao City, Or (ii) Online Or Electronic Submission At Electronicbids_albay3@dpwh.gov.ph , On Or Before February 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Opening Shall Be On February 11, 2025 Right After The Deadline For The Submission And Dropping Of Bids, At The Procurement Unit Office, Paulog, Ligao City. Bids Will Be Opened In The Presence Of The Bidders' Representative/s Who Choose To Attend The Activity. Likewise, Prospective Bidders Are Advised That This Office Will Be Implementing D.o. 28 Series Of 2024 - 3-strike Policy In The Procurement Of Contracts For Infrastructure Works, Goods, And Consulting Services. Prospective Bidders Are Reminded And Emphasis Is Given That, If At The Time Of Post Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To Section 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. Also, Prospective Bidders Are Advised To Indicate Their Company/firm's Official E-mail Address In Their Bidding Documents. Official Communication/s, Pertaining To This Procurement After The Opening Of Bids, Will Be Thru The Internet On Said Official E-mail Address As Reflected In Your Submitted Bidding Documents. The Dpwh-albay 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.1 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Incurring Any Liability To The Affected Bidder/s. For Further Information Please Refer To: Engr. Rubirosa A. Nota Head - Procurement Unit Procurement Unit Office Paulog, Ligao City Albay3rdbacsec@gmail.com Eddie A. Hernandez Bac Chairperson January 22, 2025 Date Issued
Closing Soon11 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.3 K)
6131-6140 of 10000 active Tenders