Website Tenders

Website Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 24.1 Million (USD 415.8 K)
Details: Description 1. The Department Of Public Works And Highways, Through Its Bids And Awards Committee (bac) Invites Contractors To Submit Bids For The Following Contract: Contract Id 25m00043 Contract Name & Location Retrofitting/ Strengthening Of Bridge - Silway Br. (b01018mn) Along Maharlika Highway (digos-makar Rd), General Santos City Brief Scope Of Work Retrofitting / Strengthening Of Bridge - 1 Number Of Bridge Approved Budget For The Contract (abc) ₱24,125,000.00 Allocation ₱25,000,000.00 Source Of Funds Fy 2025 Infrastructure Program - Gaa Contract Duration 119 Calendar Days Cost Of Bidding Documents ₱25,000.00 Pcab License Category Small B The Department Of Public Works And Highways Xii, Through The Funding Source Is The Government Of The Philippines (gop) Intends To Apply The Sum Of The Above-mentioned Projects With Corresponding Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Indicated Above. The Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th 9 Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Xii And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 18, 2025 To March 11, 2025 From The Given Address And Website/s Below And Upon Presenting Company Id Or Authorization Letter, Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Department Of Public Works And Highways Xii Will Hold A Pre-bid Conference On February 26, 2025 At 09:00 A.m. At Dpwh Regional Office Xii Conference Room, Koronadal City, South Cotabato And/or Through Videoconferencing/webcasting Via Zoom (meeting Id: 410 559 5083 And Password: 5555), Which Shall Be Open To Prospective Bidders. 9. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before March 11, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. In Adherence With Section 25.1 Of Revised Irr Of Ra 9184 Which States That, “bidders Shall Submit Their Bids Through Their Duly Authorized Representative Xxx Xxx”, Prospective Bidders Who Wish To Submit Bids Through Their Authorized Personnel Via Special Power Of Attorney (spa) And/or A Secretary’s Certificate During Bid Submission Must Ensure That The Authorization Is Confirmed Thru The Prospective Bidders’ Registered Email Listed Under Its Civil Works Application Profile. Only Those Authorizations That Are Confirmed Thru Avila.shirline@dpwh.gov.ph Will Be Considered. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On March 11, 2025 At 10:30 In The Morning Or Through Videoconferencing Via Zoom (meeting Id: 410 559 5083 And Password: 5555). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Department Of Public Works And Highways Xii Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Shirline G. Avila Head, Procurement Unit Cor. Alunan Ave., Mabini St. Koronadal City, 9516 Avila.shirline@dpwh.gov.ph Tel. No.: (083)228-3908/0970-041-1612 Facsimile Number: (083)228-9577 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Refer To Dpwh D.o. 087 S. 2020 (http://dpwhweb/pdf/issuances/do/20/do_087_s2020.pdf) Electronic Bid Submission Email: Electonicbids_r12@dpwh.gov.ph (sgd.) Najib D. Dilangalen Oic-assistant Regional Director Bac Chairperson

Province Of Lanao Del Norte Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date13 Mar 2025
Tender AmountPHP 15.8 Million (USD 273.1 K)
Details: Description Particulars Date Pre-bid Conference @ Bac Conference Room, Gso, 1st Floor, New Capitol Building, Pigcarangan, Tubod, Ldn February 27, 2025 @ 10am Deadline For Submission Of Eligibility Requirements And Bidding Documents For Bid Opening (all Bids Must Be Placed In A Sealed Envelope) @ Bac Conference Room, Gso, 1st Floor, New Capitol Building, Pigcarangan, Tubod,ldn. March 13, 2025 @ 10am Bid Doc Fee Non Refundable Of Php 25,000.00 Post Qualification March 20, 2025 @ 10am For Any Inquiry, Please Call Bac Secretariat, Telephone No. 063-341-5623. Bid Documents Are Downloadable @ Phil-geps Website Valid Upon Receipt Of Non-refundable Fee As Stated Above. This Bidding Shall Be Governed By The Implementing Rules And Regulation Of Republic Act. No.9184, Otherwise Known As The ´government Procurement Reform Act”. The Province Of Lanao Del Norte Reserves The Right To Accept Or Reject Any Or All Bids, And Waive Any Formality Or Technicality, And To Award To Any Bidder Whose Proposal Is Deemed Most Advantageous To The Provincial Government Of Lanao Del Norte. The Provincial Government Of Lanao Del Norte Neither Assumes Any Obligation For Any Loss Whatsoever That May Be Incurred By The Bidder In The Preparation Of Their Respective Bids Nor Does The Provincial Government Of Lanao Del Norte Guarantee That An Award Will Be Made. (sgd) Engr. Marietta L. Borillo Provincial Engineer/ Bac – Chairperson February 19, 2025- Philgeps And Local Bulletin Board, Website

Department Of Agriculture Tender

Agriculture or Forestry Works
Philippines
Closing Soon10 Mar 2025
Tender AmountPHP 1.3 Million (USD 23.4 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Sixty-eight (68) Units Grasscutter 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of One Million Three Hundred Sixty Thousand Pesos (php1,360,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Sixty-eight (68) Units Grasscutter With Project Identification Number Da-rfo-1-2025-goods-037. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Particulars/descriptions Grasscutter 1. Power Output: 1.0 Kw, Gasoline, 4-stroke, Single Cylinder 2. Lubricant System: Rotary Type (oil Mist) 3. Fuel Tank Capacity: 600 Ml 4. Accessories: Steel Blade And Nylon Trimmer 5. Width Of Cut: 3,000 Mm Additional Requirements:  With Reflectorized Sticker 2"x2" Da Logo Below The Logo Labelled With "da-rfo 1 Nupap" For 48 Units And "da-rfo 1 Hvcdp" For 20 Units  10% Shall Be Subjected To Acceptance Testing Upon Completion Of Delivery Of The Units Delivery Schedule: Within Twenty (20) Working Days From Receipt Of Notice To Proceed Drop-off Points: Province Nupap Hvcdp Delivery Sites Pangasinan 24 Prec, Sta. Barbara, Pangasinan La Union 8 Iliarc, Bacnotan, La Union Ilocos Sur 8 Isrec, San Juan, Ilocos Sur Ilocos Norte 8 20 Inrec, Batac City, Ilocos Norte Total 48 20 Delivery Of The Goods Is Required Within Twenty (20) Working Days Upon Receipt Of Notice To Proceed. 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. 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. 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 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 19, 2025 To March 10, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 26 February 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 10 March 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10 March 2025, 10:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ February 18, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-037

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Building Construction
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. general Information veterans Health Administration (vha) Regional Procurement Office West (rpow) Network Contracting Office 20 (nco20) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineering (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, And Reports, And Construction Period Services For Project No. 663-23-100, Refurbish Bldg., 100 Elevators S5-s8, At The Va Puget Sound Health Care System (vapshcs), Seattle Campus, Seattle, Washington. The A-e Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative. project Information this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract April 2025. the Anticipated Period Of Performance For Completion Of Design Is 280 Calendar Days After Notice Of Award (noa). The Vaar Magnitude Of Construction Is Between $5,000,000 And $10,000,000. Please Note That The 280 Calendar-day Period Of Performance For The Design Completion Begins With The Issuance Of The Noa And That A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project. submission Requirements: the Below Information Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications: submit One (1) Sf 330 Statement Of Qualifications To Contract Specialist Robert Capers At Robert.capers2@va.gov And Nco20aesf330@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments. the Submission Must Include The Sf 330, Architect-engineer Qualifications Form Is Available Online At: Http://www.cfm.va.gov/contract/ae.asp Or Https://www.gsa.gov/system/files/sf330-21.pdf the Sf 330 Submission Is Due By March 14, 2025, 1:00pm Pst. the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted. the Subject Line Of The Email Must Read: Sf 330 Submission 36c26025r0050, Project No. 663-23-100, Refurbish Bldg., 100 Elevators S5-s8 . the Sf 330 Submission Must Not Exceed A Total Of 50 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation. a Ppq Obtained For Another Sf 330 Submission May Be Submitted For This Project. However, If Significant Portions Of The Project Have Been Completed Since The Ppq Was Filled Out, A New Ppq Should Be Submitted To Accurately Assess The Project. firms Must Include The Following Information In Section B Of The Sf 330 Submission: sam Unique Entity Identifier tax Id Number cage Code primary Point Of Contact S Email Address And Phone Number all Questions Must Be Submitted To Robert.capers2@va.gov With The Subject Line Sf 330 Questions - 36c26025r0050 Project No. 663-23-100, Refurbish Bldg., 100 Elevators S5-s8 The Cutoff For Question Submission Is February 28, 2025, 1:00pm Pst. Questions Will Be Answered Through Amendment To The Notice Posted To Contract Opportunities At Sam.gov. this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Response Submission, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award. all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Response Submission, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award. all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission. sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package. it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330. a-e Selection Process firms Who Timely Submit Sf 330s In Response To This Announcement, And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows: sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. in Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. Firms That Were Not Selected For Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts. discussions Will Be Held With Top Three Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Contract Specialist Or Contracting Officer By Email With Detailed Instructions That Will Include Questions Or Topics To Address. following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations. the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit May Be Authorized During The Negotiation Process. an Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair, Balanced, And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made Or This Announcement Is Cancelled. primary Selection Criteria: firms Responding To This Notice Will Be Evaluated And Ranked Using The Primary And Secondary Selection Criteria Listed Below. The Factors Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. selection Criteria 1, Professional Qualifications (sections C Through E): The Evaluation Will Consider The Professional Qualification Necessary For Satisfactory Performance Of Required Service. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. a Resume For Each Key Position Must Be Provided Via Section E Of The Sf330. Key Positions And Disciplines Required For This Project May Include Among Others: cadd Technician electrical Engineer fire Protection Engineer life Safety Engineer mechanical Engineer project Manager quality Assurance registered Communications Distribution Designer (rcdd) architect (leed Certified) commissioning Agent (cxa) qualified Elevator Inspector (qei) offer Must Include The Following Statement Of Sdvosb Compliance On The Cover Page When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company Or Joint Venture] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. the Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Evaluation Factor. Do Not Include This Information In Section H, Unless It Is Pertinent To Support The Information Listed In The Other Sections. selection Criteria 2, Specialized Experience And Technical Competence (sections F, G, And H): the Evaluation Will Consider Specialized Experience And Technical Competence In Design And Construction Period Services For Refurbish Bldg.,100 Elevators S5-s8. Provide Information For Example Projects Which Best Illustrate The Proposed Team S Experience And Competencies For This Contract. Submissions Shall Include Information Regarding Experience And Competence In The Modernization Of Elevators: design Of Elevators, Elevator Construction, Elevator Safety In Accordance With Codes And Regulations To Such As Asme A17.1-2022, And Ada Standards For Accessible Design. This May Include Discussions On Digital Display/position Indicators, Two-way Communication Systems, Va Network Cut-over, And Bacnet Integration. the Design And Construction Of New Mechanical, Telecommunications, Electrical, Lighting, Plumbing, Fire Protection, Access Control And Security Systems For New And Renovated Spaces. designing Phased Construction And Renovation To Minimize Disruption To Hospital Operations. submissions Shall Include No More Than Five (5) And No Less Than Three (3) Recent And Relevant, Government And Private Experience, Example Projects, Similar In Size, Scope, Construction Features And Complexity, Which Clearly Illustrate Experience And Competencies Listed Above And In Other Portions Of This Solicitation. Recent Is Defined As Services Provided In The Five (5) Years Prior To The Closing Date Of This Solicitation. Relevant Is Defined As Projects, Within The United States, Its Territories, Or Possessions, Requiring Tasks Identified In This Solicitation. Similar Complexity Is Considered Projects Of An Operational, Construction, Or Design Likeness To The Work Covered In This Solicitation. two (2) Of The Example Projects Must Have Construction Completed Or Construction Substantially (50%+) Complete. submit Example Project Information In Section F Of The Sf 330. section G Of The Sf 330 Will Be Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Example Projects. the Evaluation Will Also Consider Narratives Addressing The Following Topics For The Offeror, And Key Consultants, In Section H Of The Sf 330: the Management S Approach the Coordination Of Disciplines And Subcontractors quality Control Procedures, And familiarity With Va Design Guides/manuals, Master Specifications, And Other Applicable Standards. the Narratives Should Clearly Illustrate How Each Of The Topics Were Addressed. Re-stating Or Reiterating This List Or The Scope Of Work In Section H Will Not Be Sufficient. narratives Submitted In Section H Of The 330, Shall Not Exceed One (1) Page In Length For The Offeror And Each Key Consultant. The Narrative Submissions Shall Not Exceed Ten (10) Pages Total For This Criterion. selection Criteria 3, Capacity (section H) the Evaluation Will Consider The Team S Plan And The Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded During The Previous 12 Months And The Full Potential Value Of Any Current Indefinite Delivery Contracts. offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Completion Percentages And Expected Completion Date For Projects Awarded In The Previous 12 Months. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330. selection Criteria 4, Past Performance (section H) the Evaluation Will Consider The Firm S Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Cpars Entry. Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted With Each Project In Section F So Cpars Can Be Reviewed In The Database. for Any Project That Does Not Have Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. evaluations May Also Include Additional Performance Related From The Firm, Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers May Result In A Firm Being Considered Less Qualified. All Projects Provided In The Sf 330 Must Be Completed By The Office/branch/individual Team Member Performing The Work Under This Contract. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document Only. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted Separately To Nco20 Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Shall Not Exceed Two (2) Pages In Length And Will Be Counted Toward The Total Submission Page Limit. selection Criteria 5, Knowledge Of The Locality (section H) the Evaluation Will Consider The Knowledge Of The Locality, Including Specific Knowledge Of Local Conditions Or Project Site Features, Such As Geological Features, Climatic Conditions, Working With And Local Construction Methods Or Local Laws And Regulations Of The Area Of Seattle, Wa. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. note That The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Project Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Be Provided In Section H Under Secondary Selection Criterion Factor 1, Geographic Location. See Below. selection Criteria 6, Experience In Construction Period Services, (section H) the Evaluation Will Consider Experience In Construction Period Services (cps) Necessary For Performance Of This Contract. Submissions Shall Provide Information Which Clearly Illustrates Cps Experience In The Following: solicitation Support Services professional Field Inspections During The Construction Period, Both Scheduled And Emergent coordination With Commissioning Requirements/commissioning Services review Of Construction Submittals For Design Conformance, Variance, And Applicable Code/standard Compliance support In Answering Requests For Information (rfi) During The Construction Period support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates maintaining A Comprehensive Submittal Log Inclusive Of Material Data, Shop Drawings, Certifications, Etc. providing Timely And Complete Responses To Requests For Information providing Supporting Documentation (statements Of Work, Cost Estimates, Technical Reports, Etc.) For Construction Modifications providing Record Drawing Documentation process For Correcting Design Errors/omissions Identified During Construction attendance At Pre-bid, Post-award, And Commissioning Kick Off Construction Project Conferences providing Minutes Of Weekly Construction Meetings Throughout The Duration Of Construction site Visits During Construction Both Scheduled And Emergent ensuring Compliance With The Design Drawings And Specifications preparation Of Site Visit Reports generation Of Punch-list Reports review Of Construction Project Modifications For Cost And Technical Acceptability attendance And Participation During The Final Acceptance Inspection preparation Of Record Drawings Of The Completed Construction Project Based On The Construction Contactor S As-built Drawings maintenance Of Rfi Logs attendance At Weekly Conference Calls providing Minutes Of Meetings Between The Ae, Va, And Contractors pre-final Inspection Site Visits production Of As-built Documentation the Information For This Factor Shall Be Provided In Section H Of The Sf 330. secondary Selection Criteria: Geographic Location. location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Va Puget Sound Health Care System (vapshcs), Seattle Campus, 1660 South Columbian Way, Seattle, Washington 98108-1532. Determination Of The Mileage Will Be Based On Google Maps. (https://www.google.com/maps/dir/). *the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified.

CEBU SOUTH MEDICAL CENTER Tender

Civil And Construction...+3Civil Works Others, Construction Material, Furnitures and Fixtures
Philippines
Closing Date13 Mar 2025
Tender AmountPHP 1 Million (USD 17.4 K)
Details: Description Republic Of The Philippines Department Of Health Cebu South Medical Center (dr. Jacinto Velez Sr. Memorial Hospital) San Isidro, Talisay City, Cebu 09453473696 / 09238388670  Bacsec@csmc.doh.gov.ph Http://www.csmc.doh.gov.ph Invitation To Apply For Eligibility And To Bid 1. The Cebu South Medical Center Bids And Awards Committee Invites Suppliers To Apply For Eligibility And To Bid For The Following Projects: Bac No. 2025-052 One Job Order For The Installation Of Heavy Type Pallet Racking System Item No. Qty Unit Descriptions Source Of Fund Unit Abc Total Abc Bid Docs Price Job One Job Order For The Installation Of Heavy Type Pallet Racking System With The Following Materials (award By Lot) Gaa 1,012,872.00 1,000.00 1 56 Sets Upright Post (dimension: 3000mm H X 900mm) 5,070.00 283,920.00 2 192 Pcs Beam (dimension: 100 X 50 X 1.5 X 2300mm / 2900kg/layer 1,800.00 345,600.00 3 384 Pcs Supporting Beam (dimension: 900mm) 479.00 183,936.00 4 84 Pcs Connector (dimension: 300mm) 178.00 14,952.00 5 224 Pcs Floor Fixing 30.75 6,888.00 6 96 Pcs Ordinary Plywood (dimension: 2300mm L X 900mm D X 3/4 (thk) 1,849.75 177,576.00 48 Units X 2 Layers: 2300mm L X 900mm D X 3000mm H (back To Back) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act” 2. Bidding Documents Are Readily Available At The Bac Sec/pu Office Upon Payment Of The Corresponding Bidding Documents Fee, As Indicated In The Table Above. The Procuring Entity Has Posted The Complete Set Of Bidding Documents At Its Website, And In The Philgeps Website. Bidding Documents May Be Downloaded From Any Of The Said Websites; Provided, Upon Submission Of Their Bids, The Bidders Shall Pay The Applicable Fee. 3. Bids Must Be Duly Received By The Bac Secretariat At The Address And Schedule Described Above. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Form And In The Amount Stated In The Bidding Documents. 4. The Bids Can Be Submitted Either Manually Or Electronically In Accordance With Section 25 Of The 2016 Revised Irr Of Ra 9184. If Electronically, Bids Must Be Submitted Online Using The Link: Https://sites.google.com/view/csmc-bid/home And Received By The Procuring Entity On Or Before March 13, 2025 @ 9:30 A.m. Late Bids Shall Not Be Accepted. Opening Of Bids Shall Be Online In The Presence Of Bidders Or Authorized Representative Who Wish To Attend Via Link Given. We Encourage Bidders Or Authorized Representatives Supported By Spa Or Secretary Certificate To Attend The Opening Of Bids. 5. The Following Activities Are Scheduled On The Following Dates: Posting Of Invitation To Bid : February 19, 2025 Pre-bid Conference : February 27, 2025 (1:30 Pm Via Microsoft Teams) Bid Opening : March 13, 2025 (9:30 Am Via Microsoft Teams) Bid Evaluation : Within 7 Days From Bid Opening 6. Cebu South Medical Center Reserves The Right To Accept Or Reject Any Bid To Annul The Bidding Process And To Reject Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Contact Person: Mary Ann G. Lozada Bac Secretariat, Head Cebu South Medical Center Cel. No. 09453473696 / 09238388670 San Isidro, Talisay City, Cebu Atty. Madyll S. Cuadra-robinta, Cese, Fpcha Bac Chairperson

Center For Health Development Region Vi Tender

Healthcare and Medicine
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 2.7 Million (USD 47.5 K)
Details: Description Republic Of The Philippines Department Of Health Western Visayas Center For Health Development Invitation To Bid For Procurement Of Manual Bp Apparatuswith Stethoscope,ib No. Sb-2025-019 1. The Department Of Health – Wv Chd, Through The Saa 2024-05-002131 And Hpu Conap 2024 Fundsintend To Apply The Sum Of Two Million Seven Hundred Fifty-eight Thousand Eight Hundred Pesos(php2,758,800.00) Being The Abc To Payments Under The Contract For Procurement Ofmanual Bp Apparatus With Stethoscope,ib No. Sb-2025-019. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bidopening. The Department Of Health – Wv Chd, Through The Saa 2024-05-002131 And Hpu Conap 2024 Fundsintends To Apply The Sum Of: Item No. Item Description Abc Per Item (php) 1 Manual Bp Apparatus (pedia) With Stethoscope 858,800.00 2 Manual Bp Apparatus (adult) With Stethoscope 1,900,000.00 Total Abc Php2,758,800.00 Being The Abc To Payments Under The Contract For Eachitem. Bids Received In Excess Of The Abc For Eachitem Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Health – Wv Chd Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Requiredas Indicated In Section Vi. Schedule Of Requirements.bidders Should Have Completed, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Health – Wv Chd And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19 To March 11, 2025from 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 Php5,000.00the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 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. The Procuring Entity May Accept The Payment Of Bidding Documents In Postal Money Order, Cashier’s Check Or Manager’s Check Upon Submission Of The Bids, Provided It Must Be Sealed And Labeled Separately From The Eligibility/ Technical Documents And Financial Documents. Payment In Check Should Be Made Payable To Doh Chd-wv. 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/items. 6. The Department Of Health – Wv Chd Will Hold A Pre-bid Conference On February 26, 2025, 9:00am At Doh – Wv Chd, Brgy. Bolong Oeste, Sta. Barbara, Iloilo, Through Videoconferencing/webcasting And Face To Face, Subject To The Registration Requirement Stated Hereunder In Item 11, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Beforemarch 11, 2025, 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be Conducted Through Videoconferencing/webcasting And Face To Face On March 11, 2025, 9:00am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Health – Wv Chd Serves 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Bidders Who Choose To Attend The Pre-bid Conference And Bidding Conference Are Required To Pre-register Using The Link Below: Pre-registration Link Deadline Of Pre-registration For Video Conferencing/webcasting Https://docs.google.com/forms/d/1cs5jjl6r9xfot5ubfebnhjg_vzzv667m7ngldbfa5ac/edit Pre- Bid – On Or Before February 25, 2025, 12:00 Pm Bidding – On Or Before March 10, 2025, 12:00 Pm Face To Face Https://docs.google.com/forms/d/1jcpxenx6haqeogxus03yanxoekihom-jdomk_fmjy7a/edit Note: Link Of The Virtual Conference Will Be E-mailed To Those Who Pre-registered Only. 12. For Further Information, Please Refer To: Doh-wv Chd Bac Secretariat Office Brgy. Bolong Oeste, Sta. Barbara, Iloilo, 5002 E-mail: Specialbacdoh6@yahoo.com (033)332-2329 Local 145 Mobile Nos. +639670668522/ +639622858077 Url: Http://www.ro6.doh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://drive.google.com/drive/u/0/folders/14rcbq9mricmdh2hdoiknbsfeqm2uiqdv February 19, 2025 (sgd) Ma. Sophia S. Pulmones, Md, Mpm Bac Chairperson (category – B)

Department Of Public Works And Highways Tender

Civil And Construction...+1Drainage Work
Philippines
Closing Date12 Mar 2025
Tender AmountPHP 9.8 Million (USD 170.6 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

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 14.8 Million (USD 255.9 K)
Details: Description 1. The Department Of Public Works And Highways-regional Office I, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 14,850,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Basic Infrastructure Program (bip), Construction / Rehabilitation Of Roads, Sta. Maria, Pangasinan, Phase 3 With Contract Id No. 25a00477. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways-regional Office I, Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 80 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 Category Of At Least C & D. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways-regional Office I And Inspect The Bidding Documents At The Address Given Below 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 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 Php 25,000.00. 7. The Department Of Public Works And Highways-regional Office I Will Hold A Pre-bid Conference On February 26, 2025 @ 10:00 Am At 2nd Floor, Conference Room Of Dpwh-regional Office I, City Of San Fernando, La Union And/or Through Videoconferencing Via Zoom And Live-streamed On Youtube Https://youtube.com/@dpwh.ro.1, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, Or Online Or Electronic Submission Via Electronicbids_r1@dpwh.gov.ph On Or Before March 11, 2025 @ 10:00 Am. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On March 11, 2025 @ 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Or Through Video Conferencing Via Zoom And Shall Be Live-streamed In Youtube: Https://youtube.com/@dpwh.ro.1. 11. The Department Of Public Works And Highways-regional Office I 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: Dave D. Delizo Bac Secretariat Head Dpwh-regional Office I Aguila Road, City Of San Fernando, La Union Tel. No.: (072) 242-9351/ 242-9388 Email Address: Delizo.dave@dpwh.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Dpwh And Philgeps Website For Online Bid Submission: Electronicbids_r1@dpwh.gov.ph February 19, 2025 Clarence B. Rimando Bac Chairman

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 9.6 Million (USD 166.3 K)
Details: Description 1. The Department Of Public Works And Highways Regional Office Xi, Davao City, Through Its Bids And Awards Committee (bac), Invites Bidders To Submit Bids For The Infra Project Under Gaa Cy 2025, To Wit: Contract Id : 25l00103 Contract Name/location : Construction Of Multi-purpose Attack Craft (mpac) Slipway And Boathouse, Naval Station Felix Apolinario, Brgy. Panacan, Davao City, Phase Iii Scope Of Works : Reconstruction Works For Slipway (craneway And Cradle), Modification Of Existing Winch (hoist Crane), Painting Works (steel Anti-corrosion And Concrete) And Pole Mounted Power Transformer Approved Budget For The Contract (abc) : Php 9,650,000.00 Contract Duration : 150 Cal. Days The Bac Is Conducting The Public Bidding For This Contract In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations (irr). Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Rejected Automatically At Bid Opening. 2. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation With Pcab License For Size Range Small B To Large B, (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. 3. The Dpwh Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. 4. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 5. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance Of Bidding Documents February 19, 2025, Until 12:00 Noon Of March 11, 2025, Procurement Unit Office, Dpwh Xi Compound, R. Magsaysay St., Davao City 2. Pre-bid Conference February 26, 2025 At 2:00 P.m., Dpwh Conference Room, Dpwh Xi Compound, R. Magsaysay St., Davao City 3. Receipt Of Bids Until 12:00 Noon Of March 11, 2025, Office Of The Bac Chairperson, Dpwh Xi Compound, R. Magsaysay St., Davao City 4. Opening Of Bids March 11, 2025 After All Bids Have Been Received And Recorded, Dpwh Conference Room, Dpwh Xi Compound, R. Magsaysay St., Davao City The Bidding Documents May Also Be Downloaded Free Of Charge From The Dpwh (www.dpwh.gov.ph/dpwh/) And Philgeps (www.philgeps.gov.ph/) Websites, Provided That The Bidders Shall Pay The Applicable Fee Of Php 10,000.00 For The Bidding Documents Not Later Than The Date And Time Of The Submission Of Bids, Pursuant To The Latest Guidelines Issued By The Gppb. 6. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r11@dpwh.gov.ph For Electronic Submission Not Later Than The Date And Time Of The Submission. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id Or Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) For The Authenticity And Veracity Of Said Authorization Letter. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Page: Https://www.youtube.com/@dpwh.ro.11 And Via Zoom Application With Meeting Id: 891 411 3000 Password: Dpwhxi On The Dates Above. 8. The Department Of Public Works And Highways Regional Office Xi, Davao City Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 9. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: April F. Momo Engineer Iv Head, Procurement Unit Dpwh-xi, R. Magsaysay Street, Davao City Telefax : (082) 272-7410 Email : Momo.april@dpwh.gov.ph Joselito B. Caballero Assistant Regional Director Bac Chairperson

Bataan Peninsula State University - BPSU Tender

Machinery and Tools
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 4.9 Million (USD 86.1 K)
Details: Description Invitation To Bid P.r. No. Mc2025-02-0004 – Supply, Delivery, Installation And Commissioning Of Hydraulics Laboratory Apparatus At Bsce – Bpsu – Main Campus 1. The Bataan Peninsula State University, Through The Custodial Fund – Ched Idig Intends To Apply The Sum Of Four Million Nine Hundred Ninety-nine Thousand And Four Hundred Fifty Pesos Only (php4,999,450.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply, Delivery, Installation And Commissioning Of Hydraulics Laboratory Apparatus At Bsce – Bpsu – Main Campus Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bataan Peninsula State University Now Invites Bids For The Above Procurement Project. Delivery Period Is 210 Calendar Days Upon The Commencement Date Indicated In The Ntp. Bidders Should Have Completed, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Bataan Peninsula State University And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 From The Given Address And Website(s) Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person Or Electronic Means. 6. The Bataan Peninsula State University Will Hold A Pre-bid Conference On February 27, 2025, 2:30 P.m. At The Bac/secretariat Office, 1/f Admin. Bldg Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission (in Person Or Via Courier) At The Office Address Indicated Below On Or Before March 11, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 11, 2025, 10:00 A.m. At The Bac/secretariat Office, 1/f Admin. Bldg., Bpsu Main, Capitol Compound, City Of Balanga, Bataan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. A. Payment Of The Applicable Fee For The Bidding Documents Can Be Deposited To: Account Name: Bpsu Account No.: 00000048-515-3 Bank/branch: Dbp – Balanga To Verify Payment, Email A Copy Of The Validated Deposit Slip To Bac@bpsu.edu.ph And It Is Accepted Until 4:00 P.m. On The Working Day Prior The Scheduled Submission And Opening Of Bids. B. Personal Payment Is Accepted Until 8:30 A.m. On The Day Of Scheduled Submission And Opening Of Bids. C. Before Payment Can Be Made, A Letter Of Intent Must Be Provided Or Sent To Bac@bpsu.edu.ph And Confirmation Will Be Emailed. D. Each Bidder Must Provide One (1) Copy Of The First And Second Components Of Its Bid (labeled As Original Bid). Furthermore, The Procuring Entity Requires Additional Three (3) Hard Copies Of The Original Bid (labeled As Copy 1, Copy 2, And Copy 3). 11. The Bataan Peninsula State University Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Bataan Peninsula State University - Main Campus, Capitol Compound, City Of Balanga, Bataan 2100 Email Address: Bac@bpsu.edu.ph Website: Www.bpsu.edu.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.bpsu.edu.ph Or Www.philgeps.gov.ph Date Of Issue: February 19, 2025 Atty. Joannalyn M. Libo-on Bac Chairperson
7741-7750 of 10000 active Tenders