Website Tenders
Website Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Department Of Public Works And Highways Regional Office Xi, Davao City, Through Its Bids And Awards Committee (bac), Invites Bidders To Submit Bids For The Infra Project Under Gaa Cy 2025, To Wit: Contract Id : 25l00079 Contract Name/location : Road Widening – Maharlika Highway (davao City – Jct. Digos Sect) – K1546+954 – K1547+499, K1547+611 – K1548+178, K1548+259 – K1548+280, K1554+464 – K1554+835, K1555+099 – K1555+133, K1555+167 – K1555+191, K1557+466 – K1557+533, K1561+860- K1561+872, Davao Del Sur Scope Of Works : Construction Of Additional 1 To 3 Lanes With 330-mm Thick Pccp; Construction Of Lined Canal And Other Minor Drainage Structures; Concrete Paving Of Shoulder; Installation Of Metal Guardrails; Removal And Furnishing Of Trees; Application Of Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract (abc) : Php 55,792,440.00 Contract Duration : 280 Cal. Days The Bac Is Conducting The Public Bidding For This Contract In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations (irr). Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Rejected Automatically At Bid Opening. 2. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation With Pcab License For Size Range Medium A To Large B, (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. 3. The Dpwh Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. 4. 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)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 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. 5. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance Of Bidding Documents February 19, 2025, Until 12:00 Noon Of March 11, 2025, Procurement Unit Office, Dpwh Xi Compound, R. Magsaysay St., Davao City 2. Pre-bid Conference February 26, 2025 At 2:00 P.m., Dpwh Conference Room, Dpwh Xi Compound, R. Magsaysay St., Davao City 3. Receipt Of Bids Until 12:00 Noon Of March 11, 2025, Office Of The Bac Chairperson, Dpwh Xi Compound, R. Magsaysay St., Davao City 4. Opening Of Bids March 11, 2025 After All Bids Have Been Received And Recorded, Dpwh Conference Room, Dpwh Xi Compound, R. Magsaysay St., Davao City The Bidding Documents May Also Be Downloaded Free Of Charge From The Dpwh (www.dpwh.gov.ph/dpwh/) And Philgeps (www.philgeps.gov.ph/) Websites, Provided That The Bidders Shall Pay The Applicable Fee Of Php 50,000.00 For The Bidding Documents Not Later Than The Date And Time Of The Submission Of Bids, Pursuant To The Latest Guidelines Issued By The Gppb. 6. 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_r11@dpwh.gov.ph For Electronic Submission Not Later Than The Date And Time Of The Submission. 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 Proposals May Be Submitted Through An Authorized Representative Together With A Company Id Or Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) For The Authenticity And Veracity Of Said Authorization Letter. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Page: Https://www.youtube.com/@dpwh.ro.11 And Via Zoom Application With Meeting Id: 891 411 3000 Password: Dpwhxi On The Dates Above. 8. The Department Of Public Works And Highways Regional Office Xi, Davao City Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 9. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: April F. Momo Engineer Iv Head, Procurement Unit Dpwh-xi, R. Magsaysay Street, Davao City Telefax : (082) 272-7410 Email : Momo.april@dpwh.gov.ph Joselito B. Caballero Assistant Regional Director Bac Chairperson
Closing Date11 Mar 2025
Tender AmountPHP 55.7 Million (USD 964.5 K)
Talavera General Hospital Tender
Others
Philippines
Details: Description 1. The Talavera General Hospital, Through The Regular Agency Fund, Gaa 2025 With Certificate Of Availability Of Fund (caf) With No. 2025 – 02 – 028 Dated February 17, 2025, Intends To Apply The Sum Of One Million Four Hundred Twenty-three Thousand Four Hundred Forty-two Pesos And 50/100 (php 1,423,442.50) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ibtgh 2025 – 07 Supply And Delivery Of One (1) Lot Various Engineering Maintenance Supplies, Tools And Equipment For 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Talavera General Hospital Now Invites Bids For The Above Procurement Project Ibtgh 2025 – 07 Supply And Delivery Of One (1) Lot Various Engineering Maintenance Supplies, Tools And Equipment For 2025. Delivery Of The Goods Is Required: A) Staggered Delivery Until December 2025, B) Within Ten (10) Workings Days Upon Receipt Of Purchase Order And Notice To Proceed. Bidders Should Have Completed Within Three (3) Years Prior From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, Equivalent To At Least Twenty-five Percent (25%) Of The Approved Budget For The Contract (abc). 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. 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 Talavera General Hospital And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 11, 2025, At The Procurement Office, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija, 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 In Person. 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 Talavera General Hospital Will Hold A Pre-bid Conference On February 27, 2025, 2:00 O’clock In The Afternoon, Thursday At The Conference Room, 3rd Floor, New Opd Building, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija, On Physical/face-to-face Manner, Which Shall Be Open To Prospective Bidders. The Bids And Awards Committee Permits Only One (1) Authorized Representative Per Company/bidder To Attend The Pre-bidding Conference. It Is Recommended That Bidders Arrive Early Before The Scheduled Time. Please Note That Virtual Participation In The Pre-bidding Conference Is Not Available. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected (reference: Sec. 25.9, 2016 Irr Of Ra 9184). 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 March 11, 2025, 2:00 O’clock In The Afternoon, Tuesday At The Conference Room, 3rd Floor, New Opd Building, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representative Who Choose To Attend The Activity. 10. Please Refer To The Table Below For The Cost Of Bidding Documents And Summary Of Bidding Activities: Cost Of Bidding Documents (non-refundable) Php 5,000.00 Inspection/availability Of Bidding Documents February 19, 2025 To March 11, 2025 - Mondays To Fridays Pre-bidding Conference February 27, 2025 @ 2:00 Pm, Thursday - Physical/face-to-face Manner Conference Room, 3rd Floor, New Opd Building, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija Deadline Of Submission And Opening Of Bids (note: Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelope Shall Be Rejected (reference: Sec. 25.9, 2016 Irr Of Ra 9184) March 11, 2025 @ 2:00 Pm Physical Submission Of Bidding Documents At Conference Room, 3rd Floor, New Opd Building, Talavera General Hospital, Maestrang Kikay District, Talavera, Nueva Ecija Bid Evaluation March 12, 2025, 2:00 Pm Dietary Conference Room Talavera General Hospital Post-qualification March 18, 2025 @ 2:00 Pm, Tuesday Dietary Conference Room Talavera General Hospital 11. The Talavera General Hospital 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: Liwayway Dg. Pangilinan Head, Bids And Awards Committee Secretariat Procurement Office Talavera General Hospital Maestrang Kikay District Talavera, Nueva Ecija Email Address: Procurement.tgh@gmail.com Tel. No. (044) 940 – 7136 Local 170 - 171 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Tgh.doh.gov.ph Or At Philgeps Website Dhonna Sheila A. Baterina, Md, Mha, Fpogs Chairperson, Bids And Awards Committee Philgeps, Agency Website And Bac Bulletin Board: February 19, 2025
Closing Date11 Mar 2025
Tender AmountPHP 1.4 Million (USD 24.6 K)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BULACAN 3RD DEO Tender
Civil And Construction...+2Bridge Construction, Road Construction
Philippines
Details: Description Invitation To Bid I. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through The Government Of The Philippines - Fy 2025 Gaa Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through Its Bids And Award Committee (bac), Now Invites Bids For The Hereunder Works: 6. Contract Id: 25cp0118 Contract Name: Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Access Roads And/or Bridges From The National Roads Leading To Major/ Strategic Public Buildings/ Facilities - Construction Of Biak Na Bato To Western Connector Road, San Miguel, Bulacan (segment B) Contract Location: San Miguel, Bulacan Scope Of Work: Roads: Construction - Asphalt Source Of Fund: Fy 2025 – Gaa Approved Budget For The Contract (abc): P98,999,369.88 Contract Duration: 210 Cal. Days Cost Of Bidding Documents: P50,000.00 Pcab License Category: Category B Size Range: Medium A For Roads, Highways, Pavements, Railways, Airports, Horizontal Structures, And Bridges Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. 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. Iv. 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. V. 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. Vi. Interested Bidders May Obtain Further Information From The Dpwh - Bulacan 3rd District Engineering Office And Inspect The Bidding Documents At Bac-secretariat – Procurement Office, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. Vii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 - March 10, 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 Stated Above. Viii. 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. Ix. The Dpwh - Bulacan 3rd District Engineering Office Will Hold A Pre-bid Conference February 26, 2025 – 9:00 A.m. At The Bidding Room, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 379 437 3222 And Passcode: Bulacan3rd) And Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo), Which Shall Be Open To Prospective Bidders. X. 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. Xi. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_bulacan3@dpwh.gov.ph) For Electronic Submission From February 19, 2025 To March 10, 2025 Before 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xii. Bid Opening Shall Be On March 10, 2025 At 10:00 A.m. At Bidding Room, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo)) Late Bids Shall Not Be Accepted. Xiii. The Dpwh - Bulacan 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiv. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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. Xv. For Further Information, Please Refer To: Jomar O. Mendoza Head, Bac Secretariat Dpwh Bulacan 3rd Deo Tambubong, San Rafael, Bulacan Engr. Mark Lester S. Castro Chief, Construction Section Bac – Chairman Date Of Issue: February 19, 2025
Closing Date10 Mar 2025
Tender AmountPHP 98.9 Million (USD 1.7 Million)
Department Of Education Region Ii Tender
Transportation and Logistics
Philippines
Details: Description Invitation To Bid For The Provision Of Transportation Services Of The Cavraa Delegates To The Palarong Pambansa 2025-republication 1. The Department Of Education Regional Office Ii, Through Gaa Cy 2025 Intends To Apply The Sum Of Nine Hundred Thousand Pesos Only (p 900,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Goods: Provision Of Transportation Services Of The Cavraa Delegates To The Palarong Pambansa 2025-republication/project Number 2024-12-604. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education Regional Office Ii Now Invites Bids For The Above Procurement Project. Delivery Of Services Shall Be As Follows: A. For Tuguegarao To Ilocos Norte- The Assembly Time For Buses Shall Be At Least 3 Hours Before Departure In May 2025 (final Schedule Shall Be Provided Later) At The Cagayan Sports Complex, Tuguegarao City, Cagayan. B. Departure Time From Ilocos Norte Will Be In May 2025 (final Schedule Shall Be Provided Later). Buses Should Be Ready For The Delegation’s Embarkation At Least Three (3) Hours Before Departure Time. Bidders Should Have Completed, Within Five 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 The Department Of Education Regional Office Ii And Inspect The Bidding Documents At The Address Given Below During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19 - March 10, 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 One Thousand Pesos (p 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person Or Through Email At Bac.region2@deped.gov.ph. For The Reference Of Interested Bidders, Payment Of Bidding Documents May Be Resorted Through Online Bank Transfer Via The Following Bank Details: A. Account Name: Deped Trust Fund B. Account Number: 3702-1011-65 C. Current Account D. Landbank Of The Philippines – Capitol Branch, Tuguegarao City 6. The Department Of Education Regional Office Ii Will Hold A Pre-bid Conference On February 26, 2025, 10:00 Am At The Main Conference Hall, Deped Tuguegarao City, Cagayan. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan On Or Before March 10, 2025, At 10:29 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 14. 9. Bid Opening Shall Be On March 10, 2025, At 10:30 Am Main Conference Hall, Deped Regional Office No. 2, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives Who Choose To Attend The Activity. 10. Procurement Of Goods: Provision Of Transportation Services Of The Cavraa Delegates To The Palarong Pambansa 2025-republication Shall Include The Following: No. Unit Item Description Qty Unit Cost Approved Budget Of The Contract 1 Bus Provision Of Aircon Bus Deluxe, Fully Airconditioned, At Least 45 Seaters, Minimum Of 2 Drivers, Road Worthy Bus. 15 60,000.00 900,000.00 Total P900,000.00 11. The Department Of Education Regional Office Ii 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: Marivic A. Somejo Bac Secretariat Chairperson Procurement Unit, Deped Ro2 Carig, Tuguegarao City 3500 Bac.region2@deped.gov.ph (078) -304-3855 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Visit Our Website At Region2.deped.gov.ph February 17, 2025
Closing Date10 Mar 2025
Tender AmountPHP 990 K (USD 17.1 K)
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BULACAN 3RD DEO Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid I. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through The Government Of The Philippines - Fy 2025 Gaa Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Department Of Public Works And Highways (dpwh), Bulacan 3rd District Engineering Office, Through Its Bids And Award Committee (bac), Now Invites Bids For The Hereunder Works: 7. Contract Id: 25cp0004 Contract Name: Asset Preservation Program - Preventive Maintenance - Tertiary Roads - Sibul-biak-na-bato Rd (san Miguel Section), San Miguel, Bulacan Contract Location: San Miguel, Bulacan Scope Of Work: Roads: Construction - Pccp Source Of Fund: Fy 2025 – Gaa Approved Budget For The Contract (abc): P114,749,196.88 Contract Duration: 240 Cal. Days Cost Of Bidding Documents: P50,000.00 Pcab License Category: Category B Size Range: Medium A For Roads, Highways, Pavements, Railways, Airports, Horizontal Structures, And Bridges Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category. 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. Iv. 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. V. 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. Vi. Interested Bidders May Obtain Further Information From The Dpwh - Bulacan 3rd District Engineering Office And Inspect The Bidding Documents At Bac-secretariat – Procurement Office, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. Vii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 - March 10, 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 Stated Above. Viii. 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. Ix. The Dpwh - Bulacan 3rd District Engineering Office Will Hold A Pre-bid Conference February 26, 2025 – 9:00 A.m. At The Bidding Room, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 379 437 3222 And Passcode: Bulacan3rd) And Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo), Which Shall Be Open To Prospective Bidders. X. 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. Xi. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_bulacan3@dpwh.gov.ph) For Electronic Submission From February 19, 2025 To March 10, 2025 Before 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xii. Bid Opening Shall Be On March 10, 2025 At 10:00 A.m. At Bidding Room, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On Youtube (https://www.youtube.com/@dpwh.bulacan.3rddeo)) Late Bids Shall Not Be Accepted. Xiii. The Dpwh - Bulacan 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiv. “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 Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 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. Xv. For Further Information, Please Refer To: Jomar O. Mendoza Head, Bac Secretariat Dpwh Bulacan 3rd Deo Tambubong, San Rafael, Bulacan Engr. Mark Lester S. Castro Chief, Construction Section Bac – Chairman Date Of Issue: February 19, 2025
Closing Date10 Mar 2025
Tender AmountPHP 114.7 Million (USD 1.9 Million)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description 1. The Department Of Public Works And Highways, Through Its Bids And Awards Committee (bac) Invites Contractors To Submit Bids For The Following Contract: Contract Id 25m00043 Contract Name & Location Retrofitting/ Strengthening Of Bridge - Silway Br. (b01018mn) Along Maharlika Highway (digos-makar Rd), General Santos City Brief Scope Of Work Retrofitting / Strengthening Of Bridge - 1 Number Of Bridge Approved Budget For The Contract (abc) ₱24,125,000.00 Allocation ₱25,000,000.00 Source Of Funds Fy 2025 Infrastructure Program - Gaa Contract Duration 119 Calendar Days Cost Of Bidding Documents ₱25,000.00 Pcab License Category Small B The Department Of Public Works And Highways Xii, Through The Funding Source Is The Government Of The Philippines (gop) Intends To Apply The Sum Of The Above-mentioned Projects With Corresponding Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 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. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Indicated Above. The 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 9 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 Department Of Public Works And Highways Xii And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 To March 11, 2025 From The Given Address And Website/s Below And Upon Presenting Company Id Or Authorization Letter, Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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. 8. The Department Of Public Works And Highways Xii Will Hold A Pre-bid Conference On February 26, 2025 At 09:00 A.m. At Dpwh Regional Office Xii Conference Room, Koronadal City, South Cotabato And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 410 559 5083 And Password: 5555), 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 Before March 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. In Adherence With Section 25.1 Of Revised Irr Of Ra 9184 Which States That, “bidders Shall Submit Their Bids Through Their Duly Authorized Representative Xxx Xxx”, Prospective Bidders Who Wish To Submit Bids Through Their Authorized Personnel Via Special Power Of Attorney (spa) And/or A Secretary’s Certificate During Bid Submission Must Ensure That The Authorization Is Confirmed Thru The Prospective Bidders’ Registered Email Listed Under Its Civil Works Application Profile. Only Those Authorizations That Are Confirmed Thru Avila.shirline@dpwh.gov.ph Will Be Considered. 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 March 11, 2025 At 10:30 In The Morning Or Through Videoconferencing Via Zoom (meeting Id: 410 559 5083 And Password: 5555). 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 Xii 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. 13. For Further Information, Please Refer To: Shirline G. Avila Head, Procurement Unit Cor. Alunan Ave., Mabini St. Koronadal City, 9516 Avila.shirline@dpwh.gov.ph Tel. No.: (083)228-3908/0970-041-1612 Facsimile Number: (083)228-9577 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.pdf) Electronic Bid Submission Email: Electonicbids_r12@dpwh.gov.ph (sgd.) Najib D. Dilangalen Oic-assistant Regional Director Bac Chairperson
Closing Date11 Mar 2025
Tender AmountPHP 24.1 Million (USD 417 K)
Municipality Of Lal lo, Cagayan Valley Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Section I. Invitation To Bid Invitation To Bid For The Concreting Of Road And Electrification/lighting Of Lgu Center Field 1. The Municipal Government Of Lal-lo, Through The Seal Of Good Local Governance Incentive Fund Intends To Apply The Sum Of One Million Four Hundred Ninety-five Thousand Pesos (php 1,495,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Concreting Of Road And Electrification/ Lighting Of Lgu Center Field (infra-2025-02-018). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Lal-lo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Sixty (60) Days Upon Receipt Of The Notice To Proceed. 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 The Municipal Government Of Lal-lo And Inspect The Bidding Documents At The Municipal Planning And Development Office (mpdo) During Office Hours, 8:00am-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 Until The Deadline Of Bid Submission From The Municipal Planning And Development Office (mpdo) 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) And Business Permit Fee Of One Thousand Five Hundred Pesos (php 1,500.00) To The Treasury Office. Interested Bidders Are Required To Secure Payment Order Slip At The Municipal Planning And Development Office (mpdo) Before Paying At The Municipal Treasury Office. 6. The Municipal Government Of Lal-lo Will Hold A Pre-bid Conference On February 26, 2025/9:00 Am At The Lal-lo Municipal Hall Bac Office, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Lal-lo Municipal Hall Bac Office On Or Before March 10, 2025/9:00 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 March 10, 2025/9:00 Am At The Lal-lo Municipal Hall Bac Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of Lal-lo 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. Ronald E. Matas Municipal Engineer/bac Chairperson P. Dupaya St., Centro, Lal-lo, Cagayan 3509 Philippines Contact No.: 0977-365-2620 Email Address: Official.lallobac@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph February 18, 2025 (sgd.) Engr. Ronald E. Matas Chairperson
Closing Date10 Mar 2025
Tender AmountPHP 1.4 Million (USD 25.8 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Drainage Work
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 25ob0264 Name Of Contract : Rehabilitation Of Drainage System At Barangay Dela Paz, Pasig City (phase 1) Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,649,503.49 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d B) Contract Id No. : 25ob0265 Name Of Contract : Rehabilitation Of Drainage System At Barangay Dela Paz, Pasig City (phase 2) Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,649,247.85 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d C) Contract Id No. : 25ob0266 Name Of Contract : Rehabilitation Of Drainage System At Barangay Dela Paz, Pasig City (phase 3) Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,649,441.59 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d D) Contract Id No. : 25ob0267 Name Of Contract : Rehabilitation Of Drainage System Along Paseo De Animales And Vicinity, Barangay Santolan, Pasig City Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 14,474,271.68 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d E) Contract Id No. : 25ob0268 Name Of Contract : Rehabilitation Of Drainage System At Barangay Pinagbuhatan, Pasig City (phase 5) Location : Pasig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 14,474,660.58 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d F) Contract Id No. : 25ob0296 Name Of Contract : Installation Of Road Safety Devices Along Parang Barangay Hall And Riverdale Subdvision, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,797,298.80 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d G) Contract Id No. : 25ob0297 Name Of Contract : Installation Of St. Claire 1, Friendly Village 1 & 2, Rosita Ville, Bantayog And H. Bautista Road Safety Devices, Barangay Concecpcion Uno, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 14,673,205.00 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d H) Contract Id No. : 25ob0298 Name Of Contract : Installation Of Farmers 2 Road, Safety Devices Including Laterals, Barangay Tumana, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,796,609.46 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d I) Contract Id No. : 25ob0300 Name Of Contract : Installation Of Mira Verde And Tierra Vista Road Safety Devices Including Laterals, Barangay Nangka, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 14,699,991.18 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d J) Contract Id No. : 25ob0301 Name Of Contract : Installation Of Carmelita Homes, Lakandula And Annadele Subdivision Road Safety Devices, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Traffic Engineering And Management System (including Road Safety Devices) Approved Budget For The Contract : Php 9,797,300.52 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d K) Contract Id No. : 25ob0306 Name Of Contract : Rehabilitation Of Road Network Along Tangerine Street Including Laterals, Phase 2, Barangay Concepcion Dos, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,799,528.49 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d L) Contract Id No. : 25ob0307 Name Of Contract : Rehabilitation Of Rancho 3 Road Network, Barangay Concepcion Dos, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,797,633.52 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d M) Contract Id No. : 25ob0311 Name Of Contract : Rehabilitation Of Road Network Along Balubad Street Nha Including Laterals, Barangay Nangka, Marikina City Location : City Of Marikina Second District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 19,796,003.49 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d N) Contract Id No. : 25ob0312 Name Of Contract : Rehabilitation Of Road Network Along Balubad Settlement Phase 2 Including Laterals, Barangay Nangka, Marikina City Location : City Of Marikina Second District Scope Of Works : Roads: Rehabilitation — Pccp Approved Budget For The Contract : Php 12,869,905.05 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d O) Contract Id No. : 25ob0314 Name Of Contract : Rehabilitation Of Twinville Subdivision Road Network, Second District, Marikina City Location : City Of Marikina Second District Scope Of Works : Roads: Rehabilitation — Asphalt Approved Budget For The Contract : Php 9,897,321.77 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d P) Contract Id No. : 25ob0315 Name Of Contract : Rehabilitation Of Road Network Along Tanguile Street, Barangay Marikina Heights Including Laterals, Barangay Marikina Heights, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,897,182.10 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Q) Contract Id No. : 25ob0316 Name Of Contract : Rehabilitation Of Road At Morocco Street And Nha Balubad Phase 1, Second District, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 14,844,473.32 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d R) Contract Id No. : 25ob0317 Name Of Contract : Rehabilitation Of Pipino Access Road And Outfall, Barangay Tumana, Marikina City Location : City Of Marikina Second District Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 9,899,458.18 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d S) Contract Id No. : 25ob0321 Name Of Contract : Construction (completion) Of Box Culvert Along Pio Felipe St., Brgy. New Lower Bicutan, Taguig City Location : Taguig City Scope Of Works : Flood Control: Construction - Drainage (closed And Open) Conduits Approved Budget For The Contract : Php 29,699,860.70 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d T) Contract Id No. : 25ob0324 Name Of Contract : Rehabilitation Of Valeriano E. Fugoso Memorial Elementary School, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,849,605.71 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d U) Contract Id No. : 25ob0325 Name Of Contract : Rehabilitation Of Nangka Elementary School, Barangay Nangka, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,898,637.02 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d V) Contract Id No. : 25ob0326 Name Of Contract : Rehabilitation Of Parang Elementary School, Barangay Parang, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,898,637.02 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d W) Contract Id No. : 25ob0327 Name Of Contract : Rehabilitation Of Fortune Elementary School, Barangay Fortune, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,898,637.02 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d X) Contract Id No. : 25ob0328 Name Of Contract : Rehabilitation Of Concepcion Elementary School, Barangay Concepcion Uno, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,898,637.02 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Y) Contract Id No. : 25ob0329 Name Of Contract : Rehabilitation (completion) Of Marikina Polytechnic College, Including Site Development, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 14,849,900.30 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Z) Contract Id No. : 25ob0330 Name Of Contract : Rehabilitation (completion) Of Lilac Welfare Center, Barangay Concepcion Dos, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 4,947,155.97 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 5,000.00 Pcab License Category : Small B - C&d Aa) Contract Id No. : 25ob0340 Name Of Contract : Construction Of Multi-purpose Building Package 2, Coronado St., Barangay Hulo, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 19,799,952.51 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Bb) Contract Id No. : 25ob0341 Name Of Contract : Construction Of Multi Level Purpose Building, Package 2, Barangay Daang Bakal, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 19,799,987.43 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Cc) Contract Id No. : 25ob0342 Name Of Contract : Construction Of Multi Level Purpose Building, Package 2, Barangay Harapin Ang Bukas, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - With Piles - High Rise - Concrete (frame) - Cast-in-place Piles (6 And Above Storeys) Approved Budget For The Contract : Php 19,799,960.68 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Dd) Contract Id No. : 25ob0343 Name Of Contract : Construction Of Multi Purpose Building (barangay Hall) Annex, Barangay Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Steel (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 29,699,953.32 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Ee) Contract Id No. : 25ob0344 Name Of Contract : Construction Of Multi Purpose Building (near Activity Center), National Center For Mental Health, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 19,799,539.27 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Ff) Contract Id No. : 25ob0345 Name Of Contract : Construction/completion Of Multi Purpose Building (covered Court), Mandaluyong High School, Barangay Poblacion, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Steel (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 9,899,994.50 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Gg) Contract Id No. : 25ob0348 Name Of Contract : Construction (completion) Of Multi-purpose Including Uprading Of Electrical Facilities At Sanctuary Doh Ncr Phase 2, Barangay Addition Hills, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 14,849,934.00 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Hh) Contract Id No. : 25ob0374 Name Of Contract : Construction (completion) Of Multi-purpose Building Including Facilities, Barangay Bagong Silang, Mandaluyong City, Phase 3 Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 19,799,619.69 Contract Duration : 150 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d Ii) Contract Id No. : 25ob0375 Name Of Contract : Rehabilitation Of Multi-purpose Building, Coronado Street, Barangay Hulo, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 4,949,916.30 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 5,000.00 Pcab License Category : Small B - C&d Jj) Contract Id No. : 25ob0380 Name Of Contract : Construction (completion) Of Multi-purpose Building And Upgrading Of Electrical Facilities At Barangay Mabini-j.rizal, Mandaluyong City Location : Mandaluyong City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 9,899,990.82 Contract Duration : 90 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Kk) Contract Id No. : 25ob0418 Name Of Contract : Rehabilitation Of Multi-purpose Hall, Barangay Ivc, Marikina City Location : City Of Marikina First District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,899,995.69 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Ll) Contract Id No. : 25ob0419 Name Of Contract : Rehabilitation Of Multi-purpose Hall, Barangay Malanday, Marikina City Location : City Of Marikina First District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,899,996.99 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Mm) Contract Id No. : 25ob0420 Name Of Contract : Rehabilitation Of Multi-purpose Hall, Barangay Barangka, Marikina City Location : City Of Marikina First District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,899,843.23 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Nn) Contract Id No. : 25ob0421 Name Of Contract : Rehabilitation Of Multi-purpose Hall, Barangay Tañong, Marikina City Location : City Of Marikina First District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,898,812.11 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Oo) Contract Id No. : 25ob0422 Name Of Contract : Rehabilitation Of Multi-purpose Hall, Barangay Kalumpang, Marikina City Location : City Of Marikina First District Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 9,899,855.91 Contract Duration : 120 Calendar Days Cost Of Bid Documents : Php 10,000.00 Pcab License Category : Small B - C&d Pp) Contract Id No. : 25ob0436 Name Of Contract : Construction Of Multi-purpose Building For Headquarters Coast Guard Base, Brgy. New Lower Bicutan, Taguig City Location : Taguig City Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 24,749,122.78 Contract Duration : 210 Calendar Days Cost Of Bid Documents : Php 25,000.00 Pcab License Category : Small B - C&d 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City 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 February 18, 2025 - March 12, 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 Specified In Each Contract 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before March 12, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 12, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. 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. 12. The Metro Manila 1st District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Noted: Eduardo B. Del Rosario Aristotle B. Ramos Chief, Construction Section District Engineer Bac Chairman
Closing Date12 Mar 2025
Tender AmountPHP 9.8 Million (USD 171.1 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Invitation To Bid The Dpwh Isabela Fourth District Engineering Office Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts: Procurement Id / Contract Id : 25bh0152 Contract Name : 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 Sinili Bridge, Phase Ii, Santiago City, Isabela Contract Location : Santiago City, Isabela Brief Description : Bridge Construction Approved Budget For The Contract (abc) : Php 24,500,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 193 Calendar Days Cost Of Bidding Documents : Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 1. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Is Small B. 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. 2. 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 Dpwh Isabela 4th District Engineering Office And Inspect The Bidding Documents At Brgy. Quezon, San Isidro, Isabela During Weekdays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Date Shown Below From The Address Stated On Number 5 And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated In The Contract Id And Details. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Dpwh Isabela Fourth District Engineering Office Will Hold A Pre-bid Conference On The Date Shown Below, And It Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_isabela4@dpwh.gov.ph For Electronic Submission On Or Before The Date Shown Below. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On Date Shown Below For Manual Submission On Or Before The Date Shown Below. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Dpwh Isabela 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. 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) (c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr 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. 13. For Projects To Be Bid, The Patent, With Patent Number And Material’s Country Of Origin Clearly Stated, Shall Be Required As Part Of The Technical Documents During The Bidding And Shall Be Indicated In The Checklist. The Contractors Shall Be Mandated To Use The Materials Declared To Be Used For The Project During The Bidding Process To Avoid Switching Of Materials During Project Implementation. 14. For Further Please Refer To: Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: Bac Chairperson: Jube T. Dizon, Msem Address: Dpwh – Isabela Fourth Deo Quezon, San Isidro, Isabela Email Address: Dizon.jube@dpwh.gov.ph Bac Secretariat Head: Florendo R. Pascua Jr. Address: Dpwh – Isabela Fourth Deo Quezon, San Isidro, Isabela Email Address: Pascua.florendo_jr@dpwh.gov.ph Activity | Time | Place 1. Issuance/downloading Of Bid Documents February 19, 2025 Up To March 11, 2025 Hard Copies At Bac Secretariat, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela Downloadable From Dpwh Website Www.dpwh.gov.ph,philgeps Website Www.philgeps.gov.ph And Website Of Concerned Foreign Financing Institution 2. Pre-bid Conference 09:00 A.m. February 26, 2025 Dpwh Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela 3. Receipt By The Bac Of Bids Until 10:00 A.m. March 11, 2025 Bac, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela 4. Opening Of Bids 10:00 A.m. March 11, 2025 Bac, Isabela Fourth D.e.o., Brgy. Quezon, San Isidro, Isabela Approved By: (sgd) Jube T. Dizon, Msem Engineer Iii Bac Chairperson
Closing Date11 Mar 2025
Tender AmountPHP 24.5 Million (USD 423.5 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Basic Infrastructure Program (bip) - Multi-purpose Buildings/facilities To Support Social Services - Construction (completion) Of Multi-purpose Building, Barangay Lamogong, Manjuyod, Negros Oriental 1. The Dpwh, Negros Oriental 1st District Engineering Office, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 1,980,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Basic Infrastructure Program (bip) - Multi-purpose Buildings/facilities To Support Social Services - Construction (completion) Of Multi-purpose Building, Barangay Lamogong, Manjuyod, Negros Oriental With Contract Id No. 25hj0038. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Negros Oriental 1st District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 56 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 Dpwh, Negros Oriental 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18 – March 11, 2025 Until 10:00 A.m. From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 6. The Dpwh, Negros Oriental 1st District Engineering Office Will Hold A Pre-bid Conference On February 25, 2025 @ 10:00 A.m. At Dpwh Bidding Hall, Neg. Or. 1st Deo, Tinaogan, Bindoy, Neg. Or. And/or Through Live Streaming @dpwh.negor1.deo (youtube Channel), Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_negrosoriental1@dpwh.gov.ph For Electronic Submission, On Or Before March 11, 2025 Until 12:59 P.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 16. 9. Bid Opening Shall Be On March 11, 2025 @ 1:00 Pm At Dpwh Bidding Hall, Neg. Or. 1st Deo, Tinaogan, Bindoy, Neg. Or. And/or Through Live Streaming @dpwh.negor1.deo (youtube Channel). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh, Negros Oriental 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 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: Nilo E. Matuog Head, Procurement Unit Dpwh, Negros Oriental 1st District Engineering Office Tinaogan, Bindoy, Negros Oriental Phone No.: 09177570188 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_negrosoriental1@dpwh.gov.ph Jessie C. Paquibo Bac Chairman
Closing Date11 Mar 2025
Tender AmountPHP 1.9 Million (USD 34.2 K)
7211-7220 of 10000 active Tenders