Website Tenders

Website Tenders

LIGA NG MGA BARANGAY BATO, LEYTE CHAPTER Tender

Civil And Construction...+2Healthcare and Medicine, Construction Material
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 122.5 K (USD 2.1 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Bato Brgy. Naga, Bato, Leyte Invitation To Bid For The Supply And Delivery Of Various Materials For The Rehabilitation Of Brgy. Health Center Of Brgy. Naga, Bato, Leyte (nagagoods2025-01) 1. The Barangay Naga, Bato, Leyte Through The Gop (20% Aip) Intends To Apply The Sum Of One Hundred Twenty-two Thousand Five Hundred Eighty-five Pesos (php 122,585.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Various Materials For The Rehabilitation Of Brgy. Health Center Of Brgy. Naga, Bato, Leyte (nagagoods2025-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Naga, Bato, Leyte Now Invites Bids For The Supply And Delivery Of Various Materials For The Rehabilitation Of Brgy. Health Center Of Brgy. Naga, Bato, Leyte (nagagoods2025-01). Delivery Of The Goods Is Required 30 Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 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 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Brgy. Affairs And Information Office And Inspect The Bidding Documents At The Address Given Below During 8:00 To 12:00, 1:00 To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 11, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Of Php 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 Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The (procuring Entity) Will Hold A Pre-bid Conference On (date,time And Place Of Pre-bid Conference), Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 6. Bids Must Be Delivered To The Address Below On Or Before March 11, 2025 On Or Before 12:00 (noon) Lgu – Bundy Clock. 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 March 11, 2025 2:00 Pm At Brgy. Affairs And Information Office, Balaylungsod, Bato, Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. Line\ Lot Item Bidding Applies. The Bac Activities Are: The Availability Of Bidding Documents Feb. 19- Mar. 11, 2025 (12 Noon) Deadline For Submission And Receipts Of Bids March 11, 2025 (12:00 Noon) Opening Of Bids March 11, 2025 (2:00 Pm) 8. The Bids And Awards Committee Of Brgy. Naga, Bato, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Reynan B. Tomoling Brgy. Affairs & Information Office Municipal Hall, Juan Luna St., Bato, Leyte 053-568 0433 Dagbalde@gmail.com Hon. Rogelio I Limbasan Ii Bac Chairman

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 24.1 Million (USD 417 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan De Oro City 1st District Engineering Office Bulua, Cagayan De Oro City Invitation To Bid 1. The Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office Through The Fy 2025 Annual Infrastructure Program Based On General Appropriations Act (gaa) Intends To Apply The Sum Tabulated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Access Road, Barangay Baikingon, Cagayan De Oro City Location : Brgy. Baikingon, Cagayan De Oro City Contract Id No. : 25kh0074 Scope Of Works : Construction Of Access Road As Per Plan Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 73 Calendar Days Cost Of Bidding Documents : Php 5,000.00 License Category/size Range : C & D/ Small B License Classification : General Engineering Name Of Contract : Construction Of Access Road, Barangay Bayanga, Cagayan De Oro City Location : Brgy. Bayanga, Cagayan De Oro City Contract Id No. : 25kh0075 Scope Of Works : Construction Of Access Road As Per Plan Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 73 Calendar Days Cost Of Bidding Documents : Php 5,000.00 License Category/size Range : C & D/ Small B License Classification : General Engineering Name Of Contract : Construction Of Access Road, Barangay Iponan, Cagayan De Oro City Location : Brgy. Iponan, Cagayan De Oro City Contract Id No. : 25kh0076 Scope Of Works : Construction Of Access Road As Per Plan Approved Budget For The Contract : Php 4,900,000.00 Contract Duration : 73 Calendar Days Cost Of Bidding Documents : Php 5,000.00 License Category/size Range : C & D/ Small B License Classification : General Engineering Name Of Contract : Rehabilitation Of Lumbia-pagalungan Road, Cagayan De Oro City Location : Cagayan De Oro City Contract Id No. : 25kh0077 Scope Of Works : Rehabilitation Of Road As Per Plan Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 149 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : C & D/ Small B License Classification : General Engineering Name Of Contract : Rehabilitation Of Road, Barangay Iponan, Cagayan De Oro City Location : Brgy. Iponan, Cagayan De Oro City Contract Id No. : 25kh0078 Scope Of Works : Rehabilitation Of Road As Per Plan Approved Budget For The Contract : Php 39,200,000.00 Contract Duration : 208 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Engineering Name Of Contract : Rehabilitation Of Road, Lower Balulang, Barangay Balulang, Cagayan De Oro City Location : Brgy. Balulang, Cagayan De Oro City Contract Id No. : 25kh0079 Scope Of Works : Rehabilitation Of Road As Per Plan Approved Budget For The Contract : Php 49,000,000.00 Contract Duration : 395 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Engineering Name Of Contract : Construction Of Balongkot, Dansolihon-batinay, Tagpangi Road, Cagayan De Oro City Location : Cagayan De Oro City Contract Id No. : 25kh0080 Scope Of Works : Construction Of Road As Per Plan Approved Budget For The Contract : Php 49,500,000.00 Contract Duration : 168 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Engineering Name Of Contract : Construction Of Multi-purpose Building, Barangay Mambuaya, Cagayan De Oro City Location : Brgy. Mambuaya, Cagayan De Oro City Contract Id No. : 25kh0081 Scope Of Works : Construction Of Multi-purpose Building As Per Plan Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 180 Calendar Days Cost Of Bidding Documents : Php 10,000.00 License Category/size Range : C & D/ Small B License Classification : General Building Name Of Contract : Construction Of Pedestrian Overpass At Cdo-airport-bukidnon Rd - K1444 + 791, Cagayan De Oro City Location : Cagayan De Oro City Contract Id No. : 25kh0082 Scope Of Works : Construction Of Pedestrian Overpass As Per Plan Approved Budget For The Contract : Php 24,125,000.00 Contract Duration : 263 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Engineering Name Of Contract : Construction Of Multi-purpose Building, Barangay Besigan, Cagayan De Oro City Location : Brgy. Besigan, Cagayan De Oro City Contract Id No. : 25kh0083 Scope Of Works : Construction Of Multi-purpose Building As Per Plan Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 180 Calendar Days Cost Of Bidding Documents : Php 10,000.00 License Category/size Range : C & D / Small B License Classification : General Building Name Of Contract : Construction Of The Multi-purpose Building (senator Aquilino Pimentel, Jr. Barangay Economic Enterprise (sap-bee)), Kauswagan, Cagayan De Oro, Misamis Oriental Location : Brgy. Kauswagan, Cagayan De Oro City Contract Id No. : 25kh0084 Scope Of Works : Construction Of Multi-purpose Building As Per Plan Approved Budget For The Contract : Php 29,700,000.00 Contract Duration : 275 Calendar Days Cost Of Bidding Documents : Php 25,000.00 License Category/size Range : B / Medium A License Classification : General Building 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category For License Classification Stated Above. 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 Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office And Inspect The Bidding Documents At Bulua, Cagayan De Oro City During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 Until 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. 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 Department Of Public Works And Highways – Cagayan De Oro City 1st District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 At 2:00 Pm At The Conference Room, Dpwh Cagayan De Oro City 1st Deo, Bulua, Cagayan De Oro City And/or Through Youtube Live (youtube Channel - @dpwhcagayandeorocity1stdeo), 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. Buying Of Tender Documents Is Until March 10, 2025 At 10:00 Am Only. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cagayandeoro1@dpwh.gov.ph For Electronic Submission On March 10, 2025 Until 10:00 Am. Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) For Sole Proprietorship; Or Board/partnerships/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative Which Is Contract Specific And Presentation Of Company Id Or Any Government Issued Id. 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 10, 2025 Immediately After The Deadline For The Submission Of Bid At The Conference Room, Dpwh – Cagayan De Oro City 1st District Engineering Office And/or Through Youtube Live. 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 Department Of Public Works And Highways – Cagayan De Oro City 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: Elviro S. Saligumba Jennifer M. Banaag Chief, Quality Assurance Section Engineer Ii Bac, Chairperson Acting Head, Procurement Unit The Bac Chairperson Department Of Public Works And Highways – Cagayan De Oro City 1st Deo Bulua, Cagayan De Oro City Email Address: Dpwhcdoc1stdeopru@gmail.com 14. You May Visit The Following Websites For Downloading Of Bidding Documents: Dpwh And Philgeps Websites Approved By: Elviro S. Saligumba Chief, Quality Assurance Section Bac Chairperson Noted: Ana Lee M. Manzano, Dm, Aer District Engineer

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 28.9 Million (USD 500.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Viii Baras, Palo, Leyte Invitation To Bid For: February 14, 2025 Sipag - Interjurisdictional Roads And/or Bridges (roads That Traverse Multiple Lgu Jurisdictions) - Construction Of Road, Barangay Batiawan - Barangay Pangabutan, Taft, Eastern Samar 1. The Dpwh Regional Office Viii, Baras, Palo, Leyte, Through Gaa Fy-2025 Intends To Apply The Sum Indicated Hereunder Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Procurement Project/s. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening, Viz: 1.1 Contract Name : Sipag - Interjurisdictional Roads And/or Bridges (roads That Traverse Multiple Lgu Jurisdictions) - Construction Of Road, Barangay Batiawan - Barangay Pangabutan, Taft, Eastern Samar Contract Id : 25i00137 Contract Location : Eastern Samar Ld Project Description/scope Of Work : Cw1 – Construction Of Concrete Road: 0.806 Lane Km. Cw2 – Construction Of Road Slope Protection Structure: 1,073.709 Sq.m./73 L.m. Major Category Of Works : Rcp – Roads: Construction – Pccp Minor Category Of Works : Rcsps – Roads: Construction – Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures Approved Budget For The Contract (abc) : ₱28,949,913.86 Contract Duration : 145 Calendar Days Cost Of Bidding Documents : Php 25,000.00 2. The Dpwh Regional Office Viii, Baras, Palo, Leyte Now Invites Bids For The Above Procurement Project/s. Completion Of The Works Is Required Based On The Above-stated Contract Duration. 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 Regional Office Viii, Baras, Palo, Leyte And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 11, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (php25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Its Authorized Representative Or Through Electronic Bid Submission. In Purchasing Bidding Documents And Submission/dropping Of Bids, Contractor’s Representative Not Registered In The Contractor’s Crc Shall Submit A Duly Notarized Special Power Of Attorney Stating Therein The Specific Project To Be Bid And A Valid Id, Per Memorandum Of Usec. Ardeliza R. Medenilla For Support And Services Dated December 27, 2021. 6. The Dpwh Regional Office Viii, Baras, Palo, Leyte Will Hold A Pre-bid Conference On February 26, 2025 @ 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii, 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 And (ii) Online Or Electronic Submission At Electronicbids_r8@dpwh.gov.ph Using 7zip Compressed Document Files As Indicated Below On Or Before March 11, 2025 @ 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 11, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids) At The Given Address Below And/or Through Livestreaming Via Facebook Page Of The Dpwh Regional Office Viii. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Summary Schedule Of Procurement Activities Procurement Activity Schedule 1. Publication Period At Philgeps And Dpwh Website February 19 - 25, 2025 2. Issuance / Downloading Of Bidding Documents February 19, 2025 To March 11, 2025 3. Pre-bid Conference February 26, 2025 (10:00 A.m.) At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 4. Deadline For The Submission & Receipt Of Bids March 11, 2025 Until 10:00 A.m. At Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 5. Opening Of Bids March 11, 2025 (immediately After The Deadline For The Submission & Receipt Of Bids), Bidding Room, Procurement Office, Dpwh Regional Office Viii, Baras, Palo, Leyte 10. Use 7zip Compressed Document Files For Electronic Bid Submission. Late Bids Shall Not Be Accepted. 11. The Dpwh Regional Office Viii, Baras, Palo, Leyte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: The Head, Bac Secretariat Procurement Staff-ord Procurement Office, Dpwh Regional Office Viii Baras, Palo, Leyte Telephone No.: (053) 323-1017/1083 Email Add: Ongbit.rita@dpwh.gov.ph 13. 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_r8@dpwh.gov.ph Date Of Issue: February 14, 2025 (sgd.) Jay-b L. Talde Chief Administrative Officer Administrative Division Bac Chairperson Noted: (sgd.) Edgar B. Tabacon, Ceso Iv Regional Director Dpwh Regional Office Viii Dates Of Publication In Dpwh & Philgeps Websites And Bulletin Board: February 19 – 25, 2025 Cc: The Public Affairs & Information Office (paio) Dpwh, Regional Office No. 8 Baras, Palo, Leyte Ro8 Bacsec.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.6 K)
Details: Description Invitation To Bid February 19, 2025 1. The Dpwh Tacloban City District Engineering Office, New Bus Terminal, Brgy. Abucay, Tacloban City, Through Gaa 2024 And Gaa 2025 Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Declared Non-complying/failed. 2. The Dpwh Tacloban City District Engineering Office, New Bus Terminal, Brgy. Abucay, Tacloban City Through Its Bids And Awards Committee (bac) Now Invites Bids For The Hereunder Works Of The Following Contract/s: 1. Contract Id: 24im0127-readvertise Contract Name: Installation Of Solar Panels At Dpwh-tacloban City Deo Annex Building Phase 2 Location Of The Contract: Tacloban City Brief Description: Installation Of Solar Panels Approved Budget For The Contract (abc): 4,894,486.09 Contract Duration: 81 Cd Cost Of Bidding Documents: P 5,000.00 2. Contract Id No.: 25im0063 Contract Name: Rehabilitation Of Road Location Of The Contract : Barangay 64, Tacloban City Brief Description: Length = 0.772 Lane Km. Approved Budget For The Contract (abc): P 4,898,346.49 Contract Duration: 75 C.d. Cost Of Bidding Documents: P 5,000.00 3. Contract Id: 25im0064 Contract Name: Construction Of Multi-purpose Building (covered Court) Location Of The Contract: Barangay 104, Salvacion, Tacloban City Brief Description: Covered Court Approved Budget For The Contract (abc): 9,898,734.36 Contract Duration: 135 Cd Cost Of Bidding Documents: P 10,000.00 4. Contract Id No.: 25im0065 Contract Name: Rehabilitation Of Road With Drainage Structure Location Of The Contract: Barangay 83-c, Tacloban City Brief Description: Road Length-0.843 Lane Km, Lined Canal- 125 Lineal Meter Approved Budget For The Contract (abc): P 4,898,502.44 Contract Duration: 80 C.d. Cost Of Bidding Documents: P 5,000.00 5. Contract Id No.: 25im0066 Contract Name: Rehabilitation Of Road With Drainage Structure Location Of The Contract: Barangay 72 Phhc, Tacloban City Brief Description: Road Length- 0.654 Lane Km., Lined Canal-185.00 Lineal Meter Approved Budget For The Contract (abc): P 4,899,268.75 Contract Duration: 85 C.d. Cost Of Bidding Documents: P 5,000.00 6. Contract Id: 25im0067 Contract Name: Construction Of Multi-purpose Building, Building 1, University Health And Wellness Center Location Of The Contract: Leyte Normal University, Tacloban City Brief Description : Multi-purpose Building Approved Budget For The Contract (abc): 12,328,001.81 Contract Duration: 150 Cd Cost Of Bidding Documents : P 25,000.00 3. Prospective Bidders For Projects 1, 3 And 6 Should Be Registered And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Building And Industrial Plant, Projects 2, 4 And 5 Should Be Registered And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Road, Highway Pavement And Railways, Airport Horizontal Structures And Bridges. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 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 Prs During Working Weekdays From 8:00 Am To 5:00 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 Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. Contractors/applicant Who Wish To Participate In This Bidding Are Required To Register With The Dpwh Contract Profile Eligibility Process (cpep) For Class “a” Documents And Subject To Further Postqualification. Information On Registration Can Be Obtained At The Dpwh Website Www.dpwh.gov.ph. 5. Interested Bidders May Obtain Further Information From Dpwh Tacloban City District Engineering Office, New Bus Terminal Brgy. Abucay, Tacloban City, At The Given Address From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address And Upon Payment Of Applicable Fee For The Bidding Documents In The Amount Stated Above. Bidders Can Make Payments For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Procurement Activity D A T E / T I M E 1. Publication/issuance Of Bidding Documents February 19, 2025 – March 11, 2025 2. Pre-bid Conference February 27, 2025 @ 9:00 A.m. 3. Deadline : Receipts/submission Of Bids March 11, 2025 @ 9:00 A.m. 4. Opening Of Bids March 11, 2025 Not Earlier @ 9:00 A.m. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Electronic Procurement System (philgeps), And The Website Of The Procuring Entity (www.dpwh.gov.ph.), Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. Pre-bid Conference And Opening Of Bids Will Be Held At The Bac Office, Dpwh Tacloban City District Engineering Office, New Bus Terminal, Brgy. Abucay, Tacloban City Which Shall Be Opened To All Interested Parties. 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 Given Address For Manual Submission Or At Electronicbids_taclobancity@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 9:00 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 11, 2025 @ 9:00 A.m. At Bac Office, Dpwh Tacloban City District Engineering Office, New Bus Terminal, Brgy. Abucay, Tacloban City. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Given Address. Late Bids Shall Not Be Accepted. 12. The Tacloban City 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. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To: The Bac Secretariat Dpwh Tacloban City District Engineering Office New Bus Terminal, Brgy. Abucay, Tacloban City Approved: (sgd) Reynaldo B. De Guzman Bac Chairperson Noted: (sgd) Rebecca G. Yuse District Engineer Dates Of Publication: February 19, 2025 Philgeps : February 19, 2025

Sta Ana National High School Tender

Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 1.6 Million (USD 28 K)
Details: Description 1. The Sta. Ana National High School, Through The General Appropriations Act Fy 2023, Intends To Apply The Sum Of One Million Six Hundred Twenty Thousand Pesos (php 1,620,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Services Of Security Personnel For The Period Of April 2025 To December 2025 Renewable Yearly For The Next Two Years Subject To Performance Evaluation At The End Of One (1) Year With Purchase Request (pr) Number 2025-02-026. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Contract To Be Awarded Shall Be Subject To: A.) Existing Dbm Guidelines On Cash-based Budgeting (nbc No. 583 Dated 4 January 2021) And Other Relevant Regulations. Accordingly, The Contract Period Shall Commence Seven (7) Calendar Days Upon Receipt Of The Notice To Proceed And Terminate On 31 December 2025; B.) Gppb Guidelines On The Implementation Of The Early Procurement Activity (gppb Circular 06-2019), Which Provides That This Contract May Only Be Awarded Upon Approval And Effectivity Of The 2025 Gaa Or The Reenacted Budget And The Abc Therefore Remains Without Any Reduction. In The Event That The Amount Authorized For This Procurement Has Been Reduced, The Project May Still Be Awarded To The Recommended Winning Bidder If The Contract Price Is Within The Amount Authorized In The Gaa Or Reenacted Budget. 2. The Sta. Ana National High School Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Seven (7) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, A Contract Similar To The Project At Least Nine (9) Months From The Date Of Submission And Receipt Of Bids. 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 Sta. Ana National High School And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm). For The Processing Of Payment Of The Bidding Documents, Please Be Reminded To Bring The Following Documents: A. Copy Of Invitation To Bid; And B. Original Letter Of Intent 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 To 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 Five Thousand Pesos Only (php 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. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Sta. Ana National High School Will Hold A Face-to-face Pre-bid Conference1 On February 27, 2025, At 9:00 Am At The Sta. Ana Nhs Conference Room Which Shall Be Open To All Prospective Bidders. Please Note That The School Is Still Strictly Observing Protocols Thus, Only One (1) Authorized Representative (most Preferably Those Who Are Preparing The Documents) Of The Prospective Bidders Is Allowed To Join The Face – To – Face Pre– Bid Conference And The Succeeding Activities. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 10, 2025, 9:00 Am. Beyond 9:00 Am 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. 1 May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. 9. Bid Opening Shall Be On March 12, 2025, 9:00 Am At The Given Address Below At The Sta. Ana National High School Principal’s Office Conference Room, Sales St., Davao City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Sta. Ana National High School, 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. 11. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] Procurement Schedule Activities Time Date Venue 1. Date Of Publication February 17 – 21, 2025 2. Period Of Availability / Issuance Of Bidding Documents 8:00 Am To 5:00pm February 17 – March 10, 2025 Sanhs Principal Office Conference Room 3. Pre – Bid Conference 9:00am February 27, 2025 Sanhs Principal Office Conference Room 4. Deadline Of Submission And Receipt Of Bids / Opening Of Bids 9:00am March 10, 2025 Sanhs Principal Office Conference Room 5. Evaluation Of Bids 9:01am March 12, 2025 Sanhs Principal Office Conference Room 6. Post Qualification 9:00am March 17, 2023 Sanhs Principal Office Conference Room 12. For Further Information, Please Refer To: Arlene U. Dela Cruz Bids And Awards Committee- Secretariat Head, Bac Office, Sta. Ana Nhs Sales St., Davao City (0997) 077 6994 / 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.facebook.com/staananhsofficialpage/ (sgd) Wilfredo C. Dalogdog Bac, Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 72.3 Million (USD 1.2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Albay 3rd District Engineering Office Regional Office V Paulog, Ligao City Invitation To Bid For Organizational Outcome 1 - Ensure Safe And Reliable National Road System - Network Development Program - Construction Of By-pass And Diversion Roads - Camarines Sur - Albay Diversion Road, Package 1, Albay The Dpwh - Albay 3rd District Engineering Office, Through Gaa Fy 2025 Of R.a. 12116 Intends To Apply The Sum As Stated Below Being The Approved Budget For The Contract (abc) To Payments Under The Contract Specified Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Dpwh - Albay 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id No. : 25fo0057 Name Of Contract : Organizational Outcome 1 - Ensure Safe And Reliable National Road System - Network Development Program - Construction Of By-pass And Diversion Roads - Camarines Sur - Albay Diversion Road, Package 1, Albay Location : Guinobatan, Albay Scope Of Works : Construction Of 525.00 M. / 2.100 Lane-km Road At Said Location Approved Budget For The Contract : Seventy-two Million Three Hundred Seventy-five Thousand Pesos 72,375,000.00 ) Contract Duration : 195 Cd Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least A Pcab License Category B (medium A). Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor's Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contactor Profile Eligibility Process (cpep), And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm, Or At The Dpwh Website Www.dpwh.gov.ph. Bidding Will Be Conducted Through Open Competitive Bidding Using Non-discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, As Well As All Applicable Procurement-related Dpwh Department Orders (do). The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. Interested Bidders May Obtain Further Information From The Procurement Unit Office, And Inspect The Bidding Documents At Dpwh - Albay 3rd District Engineering Office, Paulog, Ligao City, During Weekdays From 8:00 Am - 12:00 Pm & 1:00 Pm - 5:00 Pm. Prospective Bidders Shall Submit Their Duly Accomplished Forms As Specified In Itb Clause 16. The Technical And Financial Documents Must Be Paginated, Bounded, Tab Marked, And Properly Sealed. All Bidders Are Invited To Attend The Pre-bid Conference As Scheduled For New Instructions. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 Until The Submission Of Bids, From The Given Address, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos (p50,000.00). Bidders Can Make Payment For The Purchase Of Bid Documents At Any Dpwh Field Office. Should They Opt To Make Such Payment In Our Office, They Are Advised That The Cut-off Time For Securing The Memo For Order Of Payment Is At 8:45 Am, And The Order Of Payment Itself From The Accounting Section For Such Fee Is At 9:15 Am, Respectively, On The Deadline Date For The Receipt By The Bac Of Bids. It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website - Www.philgeps.gov.ph, And/or At The Dpwh Website - Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Dpwh - Albay 3rd District Engineering Office Will Hold Pre-bid Conference On February 26, 2025 At 9:00 Am At The Procurement Unit Office, Paulog, Ligao City, Which Shall Be Open To Prospective Bidders. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. Prospective Bidders. Who Opts To Submit Bids Manually, Shall Present Their Original Official Receipt Of Payment For Bidding Documents (project Specific) To The Bac Secretariat Of This Office Before Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representative/s As Reflected In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 197 Series Of 2001. Thus, Said Owner Or Representative Is Required To Present Two (2) Government Issued Identification Cards W/ Photo & Signature, For Identity Purposes. Bids Must Be Duly Received By The Bac Secretariat Through Either (i) Manual Submission At The Procurement Unit Office, Paulog, Ligao City, Or (ii) Online Or Electronic Submission At Electronicbids_albay3@dpwh.gov.ph , On Or Before March 11, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Opening Shall Be On March 11, 2025 Right After The Deadline For The Submission And Dropping Of Bids, At The Procurement Unit Office, Paulog, Ligao City. Bids Will Be Opened In The Presence Of The Bidders' Representative/s Who Choose To Attend The Activity. Likewise, Prospective Bidders Are Advised That This Office Will Be Implementing D.o. 28 Series Of 2024 - 3-strike Policy In The Procurement Of Contracts For Infrastructure Works, Goods, And Consulting Services. Prospective Bidders Are Reminded And Emphasis Is Given That, If At The Time Of Post Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To Section 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. Also, Prospective Bidders Are Advised To Indicate Their Company/firm's Official E-mail Address In Their Bidding Documents. Official Communication/s, Pertaining To This Procurement After The Opening Of Bids, Will Be Thru The Internet On Said Official E-mail Address As Reflected In Your Submitted Bidding Documents. The Dpwh-albay 3rd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.1 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Incurring Any Liability To The Affected Bidder/s. For Further Information Please Refer To: Engr. Rubirosa A. Nota Head - Procurement Unit Procurement Unit Office Paulog, Ligao City Albay3rdbacsec@gmail.com Eddie A. Hernandez Bac Chairperson February 18, 2025 Date Issued

Municipality Of Lal lo, Cagayan Valley Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 2.5 Million (USD 43.2 K)
Details: Description Section I. Invitation To Bid Invitation To Bid For The Construction Of Evacuation Center At San Lorenzo 1. The Municipal Government Of Lal-lo, Through The Fy 2025 Local Disaster Risk Reduction And Management Fund Intends To Apply The Sum Of Two Million Five Hundred Thousand Pesos (php 2,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of Evacuation Center At San Lorenzo (infra-2025-02-014). 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 One Hundred Twenty (120) 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

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 48.2 Million (USD 834.1 K)
Details: Description Invitation To Bid For Convergence And Special Support Program - Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Installation/ Application/ Construction Of Road Safety Facilities (roadway Lighting) Along Bataanes Road, Bagac, Bataan (segment 1) - Contract Id No. 25co0054 1. The Dpwh – Bataan 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 48,249,999.23 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25co0054: Convergence And Special Support Program - Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Installation/ Application/ Construction Of Road Safety Facilities (roadway Lighting) Along Bataanes Road, Bagac, Bataan (segment 1). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bataan 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works. Name Of Contract : Convergence And Special Support Program - Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 - Installation/ Application/ Construction Of Road Safety Facilities (roadway Lighting) Along Bataanes Road, Bagac, Bataan (segment 1) Contract Id No. : 25co0054 Locations : Bagac, Bataan Scope Of Works : Road Safety Devices Approved Budget For The Contract : Php 48,249,999.23 Contract Duration : 90 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 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 (ra) No. 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 Dpwh – Bataan 3rd District Engineering Office And Inspect The Bidding Documents At The Bac – Secretariat/ Procurement Unit, This Office From 8:00 A.m. – 5:00 P.m. During Weekdays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 – March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. 7. 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 – Bataan 3rd District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025 – 9:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarter, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 878 7580 7197 And Passcode: Dpwhbat3) And Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo), Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_bataan3@dpwh.gov.ph) For Electronic Submission From February 19, 2025 To March 11, 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. 11. Bid Opening Shall Be On March 11, 2025 At 10:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarter, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan. 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.bataan3_deo). Late Bids Shall Not Be Accepted. 12. The Dpwh – Bataan 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Revised Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Katrina M. Lacanlale Head, Bac Secretariat Dpwh – Bataan 3rd Deo Temporary Headquarters, Dpwh Bataan 2nd Deo Compound, Vicarville Subd., Bagong Silang, Balanga City, Bataan 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan3@dpwh.gov.ph Date Of Issue: February 19, 2025 ________________________________ Henry John U. Morada Assistant District Engineer Bac - Chairperson

DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS BATAAN 3RD DEO B Tender

Civil And Construction...+1Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid For Basic Infrastructure Program (bip) - Bip- Access Roads And/or Bridges From The National Roads Leading To Maior/strategic Public Buildings/ Facilities - Construction Of Road, Brgy. Maligaya, Dinalupihan, Bataan - Contract Id No. 25co0060 1. The Dpwh – Bataan 3rd District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 4,949,999.23 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25co0060: Basic Infrastructure Program (bip) - Bip- Access Roads And/or Bridges From The National Roads Leading To Maior/strategic Public Buildings/ Facilities - Construction Of Road, Brgy. Maligaya, Dinalupihan, Bataan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Bataan 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works. Name Of Contract : Basic Infrastructure Program (bip) - Bip- Access Roads And/or Bridges From The National Roads Leading To Maior/strategic Public Buildings/ Facilities - Construction Of Road, Brgy. Maligaya, Dinalupihan, Bataan Contract Id No. : 25co0060 Locations : Dinalupihan, Bataan Scope Of Works : Roads (concrete) Approved Budget For The Contract : Php 4,949,999.23 Contract Duration : 60 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c&d”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, 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 (ra) No. 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 Dpwh – Bataan 3rd District Engineering Office And Inspect The Bidding Documents At The Bac – Secretariat/ Procurement Unit, This Office From 8:00 A.m. – 5:00 P.m. During Weekdays. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 – March 11, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. 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 – Bataan 3rd District Engineering Office Will Hold A Pre-bid Conference On February 27, 2025 – 9:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarter, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 878 7580 7197 And Passcode: Dpwhbat3) And Livestreamed On Youtube (https://www.youtube.com/ @dpwh.bataan3_deo), 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_bataan3@dpwh.gov.ph) For Electronic Submission From February 19, 2025 To March 11, 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. 11. Bid Opening Shall Be On March 11, 2025 At 10:00 A.m. At The Bidding Room, Procurement Unit, Dpwh Bataan 3rd Deo Temporary Headquarter, Dpwh – Bataan 2nd Deo Compound, Balanga City, Bataan. 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.bataan3_deo). Late Bids Shall Not Be Accepted. 12. The Dpwh – Bataan 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 The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. “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 Revised Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Katrina M. Lacanlale Head, Bac Secretariat Dpwh – Bataan 3rd Deo Temporary Headquarters, Dpwh Bataan 2nd Deo Compound, Vicarville Subd., Bagong Silang, Balanga City, Bataan 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission: Electronicbids_bataan3@dpwh.gov.ph Date Of Issue: February 19, 2025 ________________________________ Henry John U. Morada Assistant District Engineer Bac - Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 9.7 Million (USD 169.3 K)
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
7231-7240 of 10000 active Tenders