Website Tenders

Website Tenders

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 19.7 Million (USD 342.1 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur, Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of Ninety Five Million Five Hundred Thirty Thousand Pesos Only (php 95,530,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Projects: 1 Contract Id 25nc0032 Contract Name Construction/improvement Of Access Roads Leading To Trades, Industries And Economic Zones Of Left Side 45/san Andres Barangay Road In Support To Rubber Ic, Bunawan, Agusan Del Sur Abc Php 9,800,000.00 Scope Of Works Construction Of Concrete Road Contract Duration 109 Calendar Days Bid Documents Fee Php 10,000.00 2 Contract Id 25nc0033 Contract Name Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads Along Nrj Cuevas – Bislig Rd – K1378+575 – K1379+000, K1379+095 – K1379+895, K1382+181 – K1382+254, K1383+1000 – K1384+205, K1385+445 – K1385+500, K1390+223 – K1390+344, Trento, Agusan Del Sur Abc Php 39,200,000.00 Scope Of Works Reconstruction Of Concrete Pavement Contract Duration 215 Calendar Days Bid Documents Fee Php 25,000.00 3 Contract Id 25nc0034 Contract Name Construction Of Flood Control Structure Along Adlayan Riverbank (downstream), Brgy. Hubang, San Francisco, Agusan Del Sur Abc Php 46,530,000.00 Scope Of Works Construction Of Flood Mitigation Structure Contract Duration 210 Calendar Days Bid Documents Fee Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur Now Invites Bids For The Aforementioned Project. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small ‘b’ For Contract Id No. 25nc0032 And Medium ‘a’ For Contract Id No. 25nc0033 And 25nc0035. 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. The Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur Now Invites Bids For The Aforementioned Project. 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). 5. 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. 6. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below, Or May Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity Starting On February 19, 2025, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Above Stated .the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile Or Through Electronic Means. 8. The Dpwh Will Hold A Pre-bid Conference On February 27, 2025, 10:00 A.m. At The Procurement Conference Room, Dpwh Agusan Del Sur 2nd Deo, Karaos, San Francisco, Agusan Del Sur And Through Zoom (meeting Id: 857 8025 0282) And (password: 624749) And Live-streamed On Youtube Channel: Https://www.youtube.com/@dpwh.ads2deo, 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_agusandelsur2@dpwh.gov.ph For Electronic Submission On Or Before March 12, 2025 At Or Before 1:00 P.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On March 12, 2025 Immediately After The Deadline For The Submission Of Bid, At The Procurement Conference Room, Department Of Public Works And Highways, Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur And Live Streamed On Youtube Channel: Https://www.youtube.com/@dpwh.ads2deo. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend At The Address Below. 13. The Department Of Public Works And Highways, Dpwh Agusan Del Sur 2nd District Engineering Office, Karaos, San Francisco, Agusan Del Sur 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 Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Wilfred R. Visaya Thelma S. Espeso Bac Chairperson Bac Secretariat Head Dpwh Ads Ii Dpwh Ads Ii San Francisco, Agusan Del Sur San Francisco, Agusan Del Sur Approved: Wilfred R. Visaya Oic-assistant District Engineer Bac Chairperson Date Of Publication: February 19, 2025 @ Dpwh Website And Philgeps
Closing Date12 Mar 2025
Tender AmountPHP 9.8 Million (USD 169.3 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 Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0092: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of River Wall Along Dudukduken Section, Barangay Caruan (tulnagan), Pasuquin, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,963.05 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0092: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of River Wall Along Dudukduken Section, Barangay Caruan (tulnagan), Pasuquin, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 61 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; Single Largest Project/required Track Record ≤ 15 M; Allowable Range Of Contract Cost Up To Php 30 M. 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. 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) O 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. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 – March 11, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025, 10:00 A.m. At 2nd Floor, Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before March 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 11, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First 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. 14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 19, 2025 Mark Louie B. Galiza Chief, Planning And Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
Closing Date11 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.6 K)

Province Of Pampanga Tender

Laboratory Equipment and Services
Philippines
Details: Description Republic Of The Philippines Province Of Pampanga City Of San Fernando Invitation To Bid No. 2025-26 Medic- Bac Invitation To Bid For Purchase Request No. 24-6349, 24-6348, 24-6347 & 24-6352 The Provincial Government Of Pampanga (“province”) Intends To Apply The Following Sums From The Following Funds, As Follows: Source Of Funding/year Approved Budget For The Contract (abc) Purchase Request Number Description General Fund 2,120,320.00 #24-6348 Supply And Delivery Of Reagents For Sysmex 6-parts Fully Automated Hematology Analyzer (sysmex Xn-1000 & Sysmex Xn-550) General Fund 1,234,450.00 #24-6349 Supply And Delivery Of Reagents For Maccura Hematology Analyzer General Fund 1,957,237.00 #24-6347 Supply And Delivery Of Reagents For Cobas C-iii Chemistry Analyzer General Fund 2,078,000.00 #24-6352 Supply And Delivery Of Reagents For Humacount Hematology Analyzer Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Province Invites Bids For The Above Procurement Project. Delivery Of Goods Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Two 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. Instruction To Bidders. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 3. Interested Bidders May Obtain Further Information From The Province And Inspect The Bidding Documents At The Bids And Awards Committee (bac) Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga Between 8:00 A.m. To 5:00 P.m. 4. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From February 19, 2025 (wednesday) Between 8:00 A.m. To 5:00 P.m. Up To March 11, 2025 (tuesday) Until 8:30 A.m. Only From The Given Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Purchase Request Number Abc Amount #24-6348 2,120,320.00 5,000.00 #24-6349 1,234,450.00 5,000.00 #24-6347 1,957,237.00 5,000.00 #24-6352 2,078,000.00 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment Of The Fees In Person. 5. The Province Will Hold A Pre-bid Conference On February 27, 2025 (thursday), 9:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bids And Awards Committee (bac) Secretariat Office Thru Manual Submission At Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga On Or Before 8:45 A.m. Of March 11, 2025 (tuesday). Late Bids Shall Not Be Accepted 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Opening Of Bids Will Be On March 11, 2025 (tuesday), 9:00 A.m. At The Executive House, Second Floor, Provincial Capitol, City Of San Fernando, Pampanga. Bids Will Be Opened In The Presence Of The Bidders ’representatives Who Choose To Attend At The Activity. 9. Online Bid Submission Is Not Applicable. 10. The Province Reserves The Right To Accept Or Reject Any And All Bids, Declare A Failure 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 Hereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Filipina R. Sevilla Chairperson - Bids And Awards Committee (bac) Secretariat Bac Secretariat Office, Ground Floor, Provincial Capitol, City Of San Fernando, Pampanga 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.pampanga.gov.ph February 18, 2025 Francis V. Maslog (sgd) Chairman Bids And Awards Committee
Closing Date11 Mar 2025
Tender AmountPHP 2 Million (USD 35.9 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Flood Management Program – Construction/maintenance Of Flood Mitigation Structures And Drainage Systems – Construction Of Canturing River Flood Control – Bogo Section, Bogo, Maasin City, Southern Leyte Contract Id No. : 4. 25il0067 Locations : Maasin City, Southern Leyte Scope Of Works : Construction Of 334 Linear Meters Stone Masonry With Reinforced Concrete Facing On Steel Sheet Pile Foundation. Approved Budget For The Contract : Php 48,250,000.00 Contract Duration : 240 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of B And C & D Respectively. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The 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 Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte 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 – 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, According To The Table Below. 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 Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, 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_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before March 12, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On March 12, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern 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. 12. The Department Of Public Works And Highways Southern Leyte 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: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Date12 Mar 2025
Tender AmountPHP 48.2 Million (USD 833.9 K)

MUNICIPALITY OF CABUGAO Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Municipality Of Cabugao Ilocos Sur Invitation To Bid For The Improvement Of Potable Water System At Brgy. Baclig, Cabugao, Ilocos Sur 1. The Local Government Unit Of Cabugao, Ilocos Sur, Through The Ra 7171 – Appropriation Ordinance 2025-01 Intends To Apply The Sum Of Fifteen Million Four Hundred Seventy-nine Thousand Nine Hundred Sixty-two Pesos & 43/100 (php15,479,962.43) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Potable Water System At Brgy. Baclig, Cabugao, Ilocos Sur With Contract No. 2025-02-025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Cabugao, Ilocos Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required 253.50 Calendar 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. (i) 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 4. Prospective Bidders May Obtain Further Information From Local Government Unit Of Cabugao, Ilocos Sur And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 – March 11, 2025 From Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (php25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or By Any Electronic Means, E.g Email Or Messenger. 6. The Local Government Unit Of Cabugao, Ilocos Sur Will Hold A Pre-bid Conference For Projects With Abc Of More Or Above One Million Pesos (php. 1,000,000.00) On February 25, 2025, 9:00 A.m. At Conference Hall, Cabugao Tobacco Farmers Multi-purpose Building, Brgy. Rizal, Cabugao, Ilocos Sur And/or Through Videoconferencing/webcasting Via Zoom Or Any Related Applications, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 11 2025 Until 1:30 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 14. 9. Bid Opening Shall Be On March 11, 2025 At 1:30 P.m. At Conference Hall, Cabugao Tobacco Farmers Multi-purpose Building, Brgy. Rizal, Cabugao, Ilocos Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Cabugao, Ilocos Sur 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. For Further Information, Please Refer To: Rosario Corazon S. Abara Juvelyn P. Jara Mcr/ Bac- Chairman Bac Secretariat Bac.cabugao@yahoo.com/ Cp. No. 09178109015 09771818893 12. You May Visit The Following Website: Www.cabugao.gov.ph February 18, 2024 Sgd. Rosario Corazon S. Abara Mcr/ Bac- Chairman
Closing Date11 Mar 2025
Tender AmountPHP 15.4 Million (USD 267.5 K)

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: The New York District, U.s. Army Corps Of Engineers Is Soliciting Lease Proposals For Approximately 2776 Usable Square Feet Of Commercial Retail Space Located Within A 1-mile Radius Of Franklin Ave, Garden City, New York 11530. The Space Must Have A Secondary Egress And Shall Contain Adequate Parking For Approximately #5 Government Vehicles Both During The Day And Overnight. Must Use Government Lease. additional Information Regarding This Solicitation May Be Obtained From Courtney Mccathern And Courtney.mccathern@usace.army.mil. proposals Are Due No Later Than 5:00 Pm On Not Less Than 21 Days Of Posting responses Should Include: Proposed Rental Amount To Include (cam, Taxes And Insurance) notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Source Sought. all Contractors Must Be Registered In The System For Award Management (www.beta.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.beta.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.beta.sam.gov. Refer To Www.beta.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. to Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
Closing Date12 Mar 2025
Tender AmountRefer Documents 

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 Ilocos Norte 1st District Engineering Office Laoag City, Ilocos Norte, Region I Invitation To Bid For 25aa0101: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Slope Protection Structure, Barangay Calambeg, Piddig, Ilocos Norte 1. The Dpwh – Ilocos Norte First District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 4,899,751.08 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25aa0101: Flood Management Program - Construction/maintenance Of Flood Mitigation Structures And Drainage Systems - Construction Of Slope Protection Structure, Barangay Calambeg, Piddig, Ilocos Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Ilocos Norte First District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 47 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of Small B, License Category Of C & D; < Php15m; Allowable Range Of Contract Cost Up To Php 30m. 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 And Guidelines On The Implementation Of Early Procurement Activities (epa). 5. 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) O 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. 6. Interested Bidders May Obtain Further Information From Dpwh – Ilocos Norte First District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m., Dpwh – Ilocos Norte First District Engineering Office, Airport Road, Brgy. 43, Cavit, Laoag City, Ilocos Norte. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19 – March 11, 2025 From Given Address And Website/s Below Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Be Presented In Person, Or Through Electronic Means. 8. The Dpwh – Ilocos Norte First District Engineering Office Will Hold A Pre-bid Conference On February 26, 2025, 10:00 A.m. At Function Hall, Dpwh – Ilocos Norte First District Engineering Office And/or Through Videoconferencing/webcasting Via Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream, Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Online Or Electronic Submission As Indicated Below, Or Both On Or Before March 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 11, 2025, 10:00a.m. At The Given Address Below And/or Through Youtube Live: Dpwh Ilocos Norte 1st Deo Procurement Livestream. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. Refer To The Bid Data Sheet Itb Clause 17 Attached In The Bidding Documents For Online Bid Submission. 13. The Dpwh – Ilocos Norte First 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. 14. For Further Information, Please Refer To: Bac Chairperson : Engr. Mark Louie B. Galiza Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Bac Secretariat Head : Engr. James R. Doloroso Address : Dpwh – Ilocos Norte First District Engineering Office Telephone No. : (077) 670 8468 Email Address : Doloroso.james@dpwh.gov.ph 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website/dpwh Website For Online Bid Submission: Electronicbids_ilocosnorte1@dpwh.gov.ph February 19, 2025 Mark Louie B. Galiza Chief, Planning & Design Section Bac Chairperson Noted: Glenn C. Miguel District Engineer
Closing Date11 Mar 2025
Tender AmountPHP 4.8 Million (USD 84.6 K)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Rehabilitation/ Reconstruction Of Damaged Paved Along Maimbung - Parang Road, Maimbung, Sulu 1. The Dpwh Regional Office Ix Through The Gop Cy 2024 Intends To Apply The Sum Of Php24,125,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 24j00308. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Regional Office Ix Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation/ Reconstruction Of Damaged Paved Along Maimbung - Parang Road, Maimbung, Sulu Contract Id No. : 24j00308 Locations : Maimbung, Sulu Scope Of Works : Rehabilitation/ Reconstruction Of Damaged Paved Road Approved Budget For The Contract : Php24,125,000.00 Contract Duration : 100 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 And D For General Engineering. 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 Dpwh Regional Office Ix And Inspect The Bidding Documents At Veterans Avenue Extension, Tetuan, Zamboanga 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 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 ₱25,000.00. 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 Dpwh Regional Office Ix Will Hold A Pre-bid Conference On February 27, 2025 (2:00pm) At Dpwh Conference Room, Veterans Avenue Extension, Tetuan, Zamboanga 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_r9@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00am. 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 10:00am At Dpwh Conference Room, Veterans Avenue Extension, Tetuan, Zamboanga 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 Dpwh Regional Office Ix 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: Jasmen J. Pablo, Mpa Engineer Iii Acting Head, Procurement Unit 062-975-6739 Pablo.jasmen@dpwh.gov.ph
Closing Date11 Mar 2025
Tender AmountPHP 24.1 Million (USD 416.9 K)

City Of Antipolo Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description A. Contract Id : Antipolo-10march2025-06 B. Name Of Project : Asphalt Overlaying At San Jose St., Brgy. San Isidro And Brgy. San Jose, Antipolo City C. Location : Brgy. San Isidro And Brgy. San Jose, Antipolo City D. Brief Description : Asphalt Overlaying E. Major Item Of Works : Bituminous Tact Coat; Bituminous Concrete Surface Source F. Approved Budget For The Contract : Php 6,518,754.98 G. Duration : 48 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 19 - March 10, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 26, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 10, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 10, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Closing Date10 Mar 2025
Tender AmountPHP 6.5 Million (USD 112.6 K)
7271-7280 of 10000 active Tenders