Website Tenders
Website Tenders
MUNICIPALITY OF CABUCGAYAN, BILIRAN Tender
Security and Emergency Services
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Details: Description Republic Of The Philippines Province Of Biliran Municipality Of Cabucgayan -6567- Invitation To Bid For Installation Of Closed-circuit Televisions (cctvs) In 13 Barangays Of Cabucgayan 1. The Lgu-cabucgayan Through The 20% Df Fy 2025, Intends To Apply The Sum Of P 2,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Installation Of Closed-circuit Televisions (cctvs) In 13 Barangays Of Cabucgayan/identification No. 2025-004 Located At Municipal Wide, Cabucgayan, Biliran. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-cabucgayan Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 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 Lgu-cabucgayan And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 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 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Lgu-cabucgayan Will Hold A Pre-bid Conference On January 30, 2025 10:00 Am At Municipal Bac Office Ground Floor Municipal Hall Magbangon, Cabucgayan, Biliran Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before February 11, 2025 10:00 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 11, 2025 10:00 Am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu-cabucgayan 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: Raul C. Homeres, C.e. Bac Chairman Municipal Bac Office Ground Floor Municipal Hall Magbangon, Cabucgayan, Biliran Homeres.raul@gmail.com 09778239941 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [refer To Philgeps Posting] [january 21, 2025] Raul C. Homeres, C.e. Bac Chairman
City Of Antipolo Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 998 K (USD 17 K)
Details: Description A. Contract Id : Antipolo-11february2025-10 B. Name Of Project : Construction Of Slope Protection Wall At Upper Kilingan Elementary School, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description : Construction Of Slope Protection Wall E. Major Item Of Works : Stone Masonry; Excavation; Double Handling F. Approved Budget For The Contract : Php 998,082.23 G. Duration : 120 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 22 - February 11, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 30, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 11, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 11, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Science City Of Munoz Tender
Civil And Construction...+4Irrigation Work, Electrical and Electronics, Solar Installation and Products, Water Storage And Supply
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 2.2 Million (USD 38.4 K)
Details: Description Republic Of The Philippines Province Of Nueva Ecija Science City Of Muñoz Invitation To Bid For Installation Of Solar 5 Hp Irrigation Pump At Brgy. Villa Isla, Science City Of Muñoz, Nueva Ecija 1. The Lgu-science City Of Muñoz, Through The Special Trust Fund – Calamity Fund Intends To Apply The Sum Of Two Million Two Hundred Fifty Thousand Pesos (php 2,250,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Solar 5 Hp Irrigation Pump And Project Identification Number Scm-infra-01222025-04. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-science City Of Muñoz Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Forty (40) 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 Lgu-science City Of Muñoz And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22 – February 19, 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 (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Lgu-science City Of Muñoz Will Hold A Pre-bid Conference On 10:00 A.m. Of February 5, 2025 At Engineering Office, Ground Floor, City Hall, Science City Of Muñoz, Nueva Ecija, 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. 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 10:00 A.m. Of February 19, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu-science City Of Muñoz 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: Engr. Armando E. Miranda Bac Chairman Engineering Office Ground Floor, City Hall Science City Of Muñoz 3119 Nueva Ecija Contact Number: (044) 940-6879 Facsimile Number: (044) 940-6879 Email Address: Cityengineerscm2000@gmail.com Website Address: Www.sciencecityofmunoz.ph (sgd) Engr. Armando E. Miranda Bac Chairman
CEBU SOUTH MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 810 K (USD 13.8 K)
Details: Description Republic Of The Philippines Department Of Health Cebu South Medical Center (dr. Jacinto Velez Sr. Memorial Hospital) San Isidro, Talisay City, Cebu 09453473696 / 09238388670 Bacsec@csmc.doh.gov.ph Http://www.csmc.doh.gov.ph Invitation To Apply For Eligibility And To Bid 1. The Cebu South Medical Center Bids And Awards Committee Invites Suppliers To Apply For Eligibility And To Bid For The Following Projects: Bac No. 2025-028 Procurement Of Manual Orthopedic Traction Bed Item No. Qty Unit Descriptions Source Of Fund Unit Abc Total Abc Bid Docs Price Regular Income 810,000.00 1,000.00 1 3 Units Supply, Delivery And Installation Of Manual Orthopedic Traction Bed With Complete Accessories 270,000.00 810,000.00 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act” 2. Bidding Documents Are Readily Available At The Bac Sec/pu Office Upon Payment Of The Corresponding Bidding Documents Fee, As Indicated In The Table Above. The Procuring Entity Has Posted The Complete Set Of Bidding Documents At Its Website, And In The Philgeps Website. Bidding Documents May Be Downloaded From Any Of The Said Websites; Provided, Upon Submission Of Their Bids, The Bidders Shall Pay The Applicable Fee. 3. Bids Must Be Duly Received By The Bac Secretariat At The Address And Schedule Described Above. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Form And In The Amount Stated In The Bidding Documents. 4. The Bids Can Be Submitted Either Manually Or Electronically In Accordance With Section 25 Of The 2016 Revised Irr Of Ra 9184. If Electronically, Bids Must Be Submitted Online Using The Link: Https://sites.google.com/view/csmc-bid/home And Received By The Procuring Entity On Or Before February 13, 2025 @ 9:30 A.m. Late Bids Shall Not Be Accepted. Opening Of Bids Shall Be Online In The Presence Of Bidders Or Authorized Representative Who Wish To Attend Via Link Given. We Encourage Bidders Or Authorized Representatives Supported By Spa Or Secretary Certificate To Attend The Opening Of Bids. 5. The Following Activities Are Scheduled On The Following Dates: Posting Of Invitation To Bid : January 22, 2025 Pre-bid Conference : January 31, 2025 (1:30 Pm Via Microsoft Teams) Bid Opening : February 13, 2025 (9:30 Am Via Microsoft Teams) Bid Evaluation : Within 7 Days From Bid Opening Post Qualification : Within 12 Calendar Days From Determination Of Lcb 6. Cebu South Medical Center Reserves The Right To Accept Or Reject Any Bid To Annul The Bidding Process And To Reject Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Contact Person: Mary Ann G. Lozada Bac Secretariat, Head Cebu South Medical Center Cel. No. 09453473696 / 09238388670 San Isidro, Talisay City, Cebu Atty. Madyll S. Cuadra-robinta, Cese, Fpcha Bac Chairperson
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 1 Million (USD 17.9 K)
Details: Description A. Contract Id : Antipolo-11february2025-17 B. Name Of Project : Installation Of Partition Wall In Four(4) Storey, Twelve (12) Classrooms School Building At Peñafrancia Elementary School, Brgy. Cupang, Antipolo City C. Location : Brgy. Cupang, Antipolo City D. Brief Description : Installation Of Partition Wall E. Major Item Of Works : Masonry Works; Painting Works; Electrical Works F. Approved Budget For The Contract : Php 1,052,331.75 G. Duration : 60 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 22 - February 11, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 30, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 11, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 11, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan Third District Engineering Office Tuguegarao City, Cagayan, Region Ii Invitation To Bid For 25bd0025 – Basic Infrastructure Program (bip)- Multi-purpose Buildings/facilities To Support Social Services - Construction Of Multi-purpose Building (convertible To Evacuation Center), Barangay Andarayan South, Solana, Cagayan 1. The Dpwh-cagayan Third District Engineering Office, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of P4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25bd0025 – Basic Infrastructure Program (bip)- Multi-purpose Buildings/facilities To Support Social Services - Construction Of Multi-purpose Building (convertible To Evacuation Center), Barangay Andarayan South, Solana, Cagayan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-cagayan Third District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Calendar Days (200 C.d.). 3. The Department Of Public Works And Highways – Cagayan Third District Engineering Office 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 (convertible To Evacuation Center), Barangay Andarayan South, Solana, Cagayan Contract Id No. : 25bd0025 Location : Barangay Andarayan South, Solana, Cagayan Scope Of Work : Construction Of Multi-purpose Building Approved Budget For The Contract : P4,950,000 .00 Contract Duration : 200 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 (instruction To Bidders) 4. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C&d To Aaa With Size Range Of Small B To Large B. 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 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 5. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 6. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 7. 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. 8. Interested Bidders May Obtain Further Information From Dpwh-cagayan Third District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m To 5:00 P.m. 9. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 10, 2025 From 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 Only (p5,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 10. 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. 11. The Dpwh-cagayan Third District Engineering Office Will Hold A Pre-bid Conference On January 28, 2025, 9:00 A.m. At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan And/or Through Videoconferencing/webcasting Via Zoom-teleconference/google Meet And Livestreamed On Youtube Channel (dpwh Cagayan 3rd Deo Bac), Which Shall Be Open To Prospective Bidders. 12. Bid Submission Maybe Be Done Manually Or Electronically. 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. 13. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan Or At Electronicbids_cagayan3@dpwh.gov.ph For Electronic Submission On Or Before February 10, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 15. Bid Opening Shall Be On February 10, 2025, Immediately After The Deadline For The Submission Of Bid At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Livestream On Youtube Channel (dpwh Cagayan 3rd Deo Bac). 16. The Dpwh-cagayan Third District Engineering Office, Bac 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. 17. For Further Information, Please Refer To: Bac-chairperson: Valerico E. Badua, Jr. Bac Secretariat Head : Perdito A. Dayag Address : Dpwh-ctdeo Address : Dpwh-ctdeo Telephone No. : 844-9384 Telephone No. : 844-9384 Email Address : Baduajr.valerico@dpwh.gov.ph Email Address: Dayag.perdito@dpwh.gov.ph 18. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_cagayan3@dpwh.gov.ph Date Of Publication: January 22, 2025 Approved By: Valerico E. Badua, Jr. Chief, Quality Assurance Section (bac-chairperson)
City Of Iloilo Tender
Electrical and Electronics...+1Electrical Works
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4 Million (USD 68.4 K)
Details: Description Invitation To Bid For Upgrading Of Electrical System At Mandurriao National High School, Iloilo City 1. The City Government Of Iloilo, Through The Sef Res. No. 8 Sb No. 3 Series Of 2024 Capital Outlay To Apply The Sum Of Four Million Pesos (php 4,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Upgrading Of Electrical System At Mandurriao National High School, Iloilo City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Iloilo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) 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 City Government Of Iloilo And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 8:00am To 12:00 Noon And 1:00pm To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From Given Address And Website/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. The Procuring Entity Shall Allow The Bidder To Personally Present Its Proof Of Payment For The Fees. 6. The City Government Of Iloilo Will Hold A Pre-bid Conference On January 31, 2025 At Bac Conference Room, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City Which Shall Beopen 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 17, 2025 At 9:00 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 17, 2025 At 10:00amat The Bac Conference Room, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Iloilo 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: Rowena L. Villanueva Bids And Awards Committee Secretariat Room 7n, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City Tel. No.: (033) 333-1111 Loc. 742 Email: Bac.iloilocity@gmail.com Website: Www.iloilocitygov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents:www.iloilocitygov.ph January 22, 2025 (sgd.) Atty.edgardo J. Gil Chairperson
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 107 Million (USD 1.8 Million)
Details: Description Invitation To Bid For Construction Of Office Buildings For Regional Project Management Office And Project Management Offices For Bangsamoro Region: Construction Of Dpwh Project Management Office-lanao Del Sur, Barangay Nangka, Baloi, Lanao Del Norte 1. The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster, Through The Gaa Fy 2024 (r.a. 11975) Intends To Apply The Sum Of Php 107,031,045.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 24z00030, Construction Of Office Buildings For Regional Project Management Office And Project Management Offices For Bangsamoro Region: Construction Of Dpwh Project Management Office-lanao Del Sur, Barangay Nangka, Baloi, Lanao Del Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Office Buildings For Regional Project Management Office And Project Management Offices For Bangsamoro Region: Construction Of Dpwh Project Management Office-lanao Del Sur, Barangay Nangka, Baloi, Lanao Del Norte Contract Id No. : 24z00030 Location : Barangay Nangka, Baloi, Lanao Del Norte Scope Of Works : Construction Of Two (2) Storey Office Building With Roof Deck, Site Development, And Power House Abc : Php 107,031,045.00 Contract Duration : 270 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A For Buildings And License Category Of At Least “b” For General Building. 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 (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster And Inspect The Bidding Documents At The Address Given Below During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From Given 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 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-unified Project Management Office Buildings And Special Projects Management Cluster Will Hold A Pre-bid Conference On February4, 2025, 9:00 A.m. At Room 503, Bidding Room, 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila And Through Zoom (meeting Id: 846 6041 7575 And Passcode: 796497) And Live-streamed On Facebook: Https://www.youtube.com/@dpwh.co.civilworks Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically. 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 Ib Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_co_civilworks@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025, 10:00 A.m. 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 Itbclause 15. 12. Bid Opening Shall Be On February18, 2025, Immediately After The Deadline For The Submission Of Bid, At Room 503, Bidding Room, 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila And Through Zoom (meeting Id: 846 6041 7575 And Passcode: 796497) And Live-streamed On Facebook: Https://www.youtube.com/@dpwh.co.civilwork. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster 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 Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Soledad R. Florencio Project Director, Bspmc-upmo Dpwh-ncr Compound, 2nd Street Port Area, Manila 1018 Telephone No. (+632)5304-3999 Email Address: Florencio.soledad@dpwh.gov.ph Ma. Victoria S. Gregorio Director, Procurement Service Dpwh Central Office, Bonifacio Drive Port Area, Manila 1018 Telephone No. (+632)5304-3122 Email Address: Gregorio.ma_victoria@dpwh.gov.ph Very Truly Yours, (sgd.) Ador G. Canlas Undersecretary For Technical Services And Information Management Service Chairperson, Bac For Civil Works Dpwh Central Office, Bonifacio Drive Port Area, Manila 1018 Telephone No. (+632)5304-43241 Email Address: Canlas.ador@dpwh.gov.ph
Municipality Of Kabugao, Apayao Tender
Civil And Construction...+1Construction Material
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Procurement Of Hardware And Construction Materials For The Repair And Maintenace Of Gymnasium Lgu-kabugao, Apayao The Local Government Unit Of Kabugao, Through Resolution No. 85 Series Of 2024 Intends To Apply The Sum Of Five Hundred Thousand Pesos (php500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Hardware And Construction Materials For The Repair And Maintenace Of Gymnasium Under Contract No. Sf Goods 2025-37. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Kabugao Now Invites Bids For Procurement Of Hardware And Construction Materials For The Repair And Maintenace Of Gymnasium Under Contract No. Sf Goods 2025-37. Delivery Of The Goods Is Required To Be Delivered Within Fifteen (15) Days From The Contract Effectivity Date Stated In The Notice To Proceed. Bidders Should Have Completed, Within One (1) Year 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. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 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 5183. Interested Bidders May Obtain Further Information From Local Government Unit Of Kabugao And Inspect The Bidding Documents At The Address Given Below During 8 Am To 5 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 – February 5, 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 Five Hundred Pesos (₱500.00). 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Local Government Unit Of Kabugao Will Hold A Pre-bid Conference On January 29, 2024, 1:00 Pm At Bac Office Kabugao Town Hall, Rugrog St., Cor. Jose Agcon St., Poblacion, Kabugao, Apayao, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 5, 2025, 12:45 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 5, 2025, 1:00 Pm At Kabugao Town Hall, Rugrog St., Cor. Jose Agcon St., Poblacion, Kabugao, Apayao. 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. The Local Government Unit Of Kabugao 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. For Further Information, Please Refer To: Engr. Junar E. Sirit Kabugao Town Hall Rugrog St., Cor. Jose Agcon St Poblacion, Kabugao, Apayao Cp #09778356560 Baclgukabugao@gmail.com Charlemagne M. Ulayan Municipal Engineer/ Bac Chairman
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 115.8 Million (USD 1.9 Million)
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 – February 11, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0107-25df0113 Page 4 Of 4 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
6541-6550 of 10000 active Tenders