Website Tenders
Website Tenders
Municipality Of Pinamungajan, Cebu Tender
Solid Waste Management
Philippines
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Pinamungajan Invitation To Bid For Tipping Fee & Other Charges For The Disposal Of Municipal Waste 1. The Municipality Of Pinamungajan, Through The General Fund (office Of The Menro) Intends To Apply The Sum Of One Million Eight Hundred Thousand Pesos (php 1,800,000.00) Being The Abc To Payments Under The Contract For Tipping Fee & Other Charges For The Disposal Of Municipal Waste (goods 2501-005). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Pinamungajan Now Invites Bids For The Above Procurement Project. Services Is To Completed Within 139 Days From The Receipt Of Purchase Order /ntp (as Scheduled By The Menro) For The Maintenance Of The Sanitary Landfill. Bidders Should Have Completed, Within The Last Two (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) 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 Municipality Of Pinamungajan And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 To February 07, 2025 From The Given Address And Website(s) Below, And Upon Payment Of The Applicable Fee, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees If Will Be Presented In Person. 6. The Municipality Of Pinamungajan, Cebu Will Hold A Pre-bid Conference On January 24, 2025, 1:00 Pm At The Bac Office Of The Municipal Legislative Building, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On Or Before 10:00 Am On February 07, 2025, 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 February 07, 2025, 1:00 Pm At The Bac Office Of The Municipal Legislative Building. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Pinamungajan 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: Rachel Mae S. Niñal Bac Office Municipality Of Pinamungajan, Cebu +63 998 548 8280 Bacpinamungajan@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://pinamungajan.gov.ph, Full Disclosure (bids & Awards) Ike L. Cabarles Bids And Awards Committee Chairman
Closing Soon7 Feb 2025
Tender AmountPHP 1.8 Million (USD 30.8 K)
Municipality Of Panglao, Bohol Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Panglao Invitation To Bid For Construction Of National Child Development Center At Barangay Danao, Panglao, Bohol 1. The Municipality Of Panglao, Bohol, Through The Trust Fund - Eccd Council Intends To Apply The Sum Of Two Million, Nine Hundred Thousand Pesos (p 2,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of National Child Development Center At Barangay Danao, Panglao, Bohol With Project Identification Number 01-20250205-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Panglao, Bohol Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 120 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Panglao, Bohol And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 5, 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 5,000.00. 6. The Municipality Of Panglao, Bohol Will Hold A Pre-bid Conference On January 24, 2025, 10:00 Am At Mandaragat Conference Hal, Poblacion, Panglao, Bohol Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 5, 2025, 1:30 Pm At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Panglao, Bohol Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Cristito A. Ampoon Office Of The Municipal Civil Registrar Municipality Of Panglao Municipal Hall, Pob., Panglao, Bohol (038) 502-8080 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps.gov.ph January 17, 2025 Cristito A. Ampoon Bac Chairman/mcr
Closing Soon5 Feb 2025
Tender AmountPHP 2.9 Million (USD 49.6 K)
City Of Antipolo Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description A. Contract Id : Antipolo-05february2025-06 B. Name Of Project : Construction Of Rainwater Catchment Facility At Town And Country Executive Village, Brgy. Mayamot, Antipolo City C. Location : Brgy. Mayamot, Antipolo City D. Brief Description : Construction Of Rainwater Catchment Facility E. Major Item Of Works : Construction Of Pump House And Sump Pit; Plumbing Works; Electrical Works; Mechanical Works F. Approved Budget For The Contract : Php 18,000,000.00 G. Duration : 180 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 17 - February 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 24, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 05, 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 Soon5 Feb 2025
Tender AmountPHP 18 Million (USD 308.1 K)
City Of Antipolo Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description A. Contract Id : Antipolo-05february2025-26 B. Name Of Project : Improvement Of Water Distribution Line At Kaysakat National High School, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description :improvement Of Water Distribution Line E. Major Item Of Works : Distribution Pipe Works; Pump Installation And Other Accessories; Pumproom Construction F. Approved Budget For The Contract : Php 750,000.00 G. Duration : 135 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 17 - February 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 24, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 05, 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 Soon5 Feb 2025
Tender AmountPHP 750 K (USD 12.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building At Barangay Bolacan, Bocaue, Bulacan (building 2) Contract Id No. : 25cc0304 Locations : Bocaue, Bulacan Scope Of Works : Construction Of Two-storey Multi-purpose Building (10.00m X 12.00m) With Micro Pile Approved Budget For The Contract : P19,799,017.17 Contract Duration : 210 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In 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 – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To February 7, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 3:00 P.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 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_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before February 7, 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 15. 11. Bid Opening Shall Be On February 7, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 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 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Noted: Henry C. Alcantara Head Of Procuring Entity District Engineer Date Of Publication: January 17, 2025– February 7, 2025
Closing Soon7 Feb 2025
Tender AmountPHP 19.7 Million (USD 338.9 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Nueva Ecija 2nd District Engineering Office San Isidro, Cabanatuan City Invitation To Bid 1. The Dpwh-nueva Ecija 2nd Deo, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 72,374,935.11 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25cf0092 Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Interjurisdictional Roads And/or Bridges (roads That Traverse Multiple Lgu Jurisdictions) - Rehabilitation/improvement Of Castellano, San Leonardo – Sinasajan, Peñaranda Road, Nueva Ecija Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-nueva Ecija 2nd Deo Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Interjurisdictional Roads And/or Bridges (roads That Traverse Multiple Lgu Jurisdictions) - Rehabilitation/improvement Of Castellano, San Leonardo – Sinasajan, Peñaranda Road, Nueva Ecija Contract Id No. : 25cf0092 Locations : San Leonardo, Nueva Ecija Scope Of Works : Rehabilitation Of Paved Road Approved Budget For The Contract : Php 72,374,935.11 Contract Duration : 156 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement 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-nueva Ecija 2nd Deo And Inspect The Bidding Documents At Dpwh-nueva Ecija 2nd Deo, Procurement Unit During Weekdays From 8:00 A.m. To 5:00 P.m 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 – February 5, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. 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-nueva Ecija 2nd Deo Will Hold A Pre-bid Conference On January 24, 2025, 10:00 A.m. At Dpwh-nueva Ecija 2nd Deo, Conference Room And Livestreamed On Youtube (youtube.com/@dpwhnuevaecija2nddeo/streams), 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_nuevaecija2@dpwh.gov.ph For Electronic Submission On Or Before February 5, 2025, 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 February 5, 2025, 10:00 A.m. At The Dpwh-nueva Ecija 2nd Deo, Procurement Unit, Conference Room, Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below, Which Shall Be Livestreamed On Youtube (youtube.com/@dpwhnuevaecija2nddeo/streams). Late Bids Shall Not Be Accepted. 12. The Dpwh-nueva Ecija 2nd Deo 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. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Rowena B. Danipog Bac Secretariat Dpwh-nueva Ecija 2nd Deo Brgy. San Isidro Cabanatuan City, Nueva Ecija Danipog.rowena@dpwh.gov.ph (044)-311-8476 Date Of Issue: January 17, 2025 Approved By: Ramil C. Ramos Bac Chairperson
Closing Soon5 Feb 2025
Tender AmountPHP 72.3 Million (USD 1.2 Million)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0031 Contract Name: Rehabilitation / Major Repair Of Bridge - Aganan Br. 4 (b00046pn) Along Iloilo-capiz Rd (pavia Diversion) 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriation Act – R.a. 12116 Intends To Apply The Sum Of Fourteen Million Seven Hundred Thousand Pesos Only (php 14,700,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation / Major Repair Of Bridge - Aganan Br. 4 (b00046pn) Along Iloilo-capiz Rd (pavia Diversion) / 25gi0031. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation / Major Repair Of Bridge - Aganan Br. 4 (b00046pn) Along Iloilo-capiz Rd (pavia Diversion) Contract Id No. : 25gi0031 Locations : Pavia, Iloilo Scope Of Works : Repair Of Bridge That Includes Redecking With Additional Rebars; Epoxy Injection And Epoxy Coating On Cracks; Patching Of Honeycombs, Spalled And Uneven Areas At All Girders, Piers And Abutments; Application Of Carbon Fiber Sheets (full Wrap) At All Girders; Replacements Of Concrete Railings; Installation Of Paving Blocks With Stainless Railings At Sidewalks And Asphalt Overlay With Pavement Markings On Deckslab. Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 95 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Ge-1 (road, Highways, Pavement, Railways, Airport Horizontal Structure, And Bridges). 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, 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) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 - February 05, 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 Twenty-five Thousand Pesos Only (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On Friday, January 24, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 05, 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 16. 9. Bid Opening Shall Be On February 05, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. 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. 11. The Dpwh –iloilo 4th 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 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: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 17, 2025 Eva S. Bedonia Bac Chairperson
Closing Soon5 Feb 2025
Tender AmountPHP 14.7 Million (USD 251.6 K)
Capiz Provincial Government Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description 1. The Capiz Provincial Government, Is Conducting This Procurement Through The Early Procurement Activity (epa) For Cy 2025 To Ensure The Timely Implementation Of Infrastructure Projects Consistent With The Gppb Resolution No. 14-2019 Dated July 17, 2019 Where The Procuring Entity (pe) Is Encouraged To Start Procurement Activity Short Of Award. Epa Shall Refer To The Conduct Of Procurement Activities, From Posting Of The Procurement Opportunity, If Required, Until Recommendation Of The Bids & Awards Committee To The Head Of Procuring Entity (hope) As To Award Of The Contract, For Goods To Be Delivered, Infrastructure Projects To Be Implemented And Consulting Services To Be Rendered In The Following Fiscal Year, Pending Approval Of Their Respective Funding Sources. The Bidders, Therefore, Are Herewith Informed Of The Following: A. Interested Bidders Are Invited/requested To Submit Their Bid Proposals Based On Indicative Budget Through This Invitation To Bid, Together With The Bidding Documents; B. The Pe Will Evaluate The Bid Proposals And Determine The Winning Bidder. The Financial Bid Proposal Of The Winning Bidder Will Be Contract Price/amount Which Is Considered Fixed Price. However, The Notice Of Award (noa) Will Only Be Issued Upon The Approval Of The Budget (short Of Award). C. Would There Be A Delay In The Award As Affected By The Possible Delay In The Budget Approval, The Bid Validity As Specified In The Bidding Documents (which Is A Maximum Of 120 Calendar Days), The Winning Bidder Nay Be Requested To Extend The Bid Validity Accordingly (that Is, Changing The Expiration Of The Original Bid Security. In Case Of The Bidder’s Refusal To Extend The Bid Validity, The Bid Submitted By Said Bidder Will Be Rejected. 2. The Provincial Government Of Capiz, Through The Gop Cy-2025 Intends To Apply The Total Amount Of Two Million Three Hundred Fifty – Four Thousand Two Hundred Fifty – Three Pesos (php 2,354,253.00) Being The Total Approved Budget For The Contract (abc) To Payments Under The Contract Of Public Bidding For The Supply And Delivery Of Construction Materials For The Proposed Construction Of Multi-purpose Covered Court At Brgy. Bato, Panay, Capiz, Under Itb No. 2025-015r (early Procurement). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 3. The Provincial Government Of Capiz Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 30 Calendar Days. Bidders Should Have Completed Within The Last 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 Bidder. 4. 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 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. 5. Prospective Bidders May Obtain Further Information From Capiz Provincial Government And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 17, 2025 To February 11, 2025 At The Ppmd Office, Capiz Provincial Capitol, Roxas City And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Prescribed Amount Of Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids 7. The Provincial Government Of Capiz Will Hold A Prebid Conference On January 30, 2025 At 10:00 Am, At Capiz Provincial Capitol, Roxas City, At Which Shall Be Open To All Interested Parties. 8. Bids Must Be Duly Received By The Bac Secretariat On Or Before February 11, 2025 At 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 15. 10. Bid Opening Shall Be On February 11, 2025 At 10:00 Am, At Capiz Provincial Capitol, Roxas City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Provincial Government Of Capiz 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.
Closing Soon11 Feb 2025
Tender AmountPHP 2.3 Million (USD 40.3 K)
DEFENSE LOGISTICS AGENCY USA Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0002 Is Being Issued To Extend The Bid Submission Date To February 11, 2025. This Has Been Done To Give Time For The Usg To Answer The Many Questions Stemming From The First Site Visit And Revise The Statement Of Work Accordingly. This Will Also Allow Time For A New Site Visit If Necessary.. *vendors Need To Email The Contract Specialist With Their Cage Code At Paul.holbert@dla.mil To Gain Access To Restricted Document(s)*notice: Electronic Submissions Are Mandatory For This Solicitation, Utilizing The Procurement Integrated Enterprise Environment (piee) Solicitation Module. To Submit A Bid, Vendors Must Have The Proposal Manager Role Activated In The Piee. Detailed Guidance On Posting A Bid Is Provided In The Piee Posting Offer Demo, Accessible Through The General 10-step Process Described On The Piee Platform. Additional Information Will Be Detailed In The Invitation For Bid (ifb). Electronic Solicitation: All Documents Related To This Solicitation, Including Attachments, Amendments, And Notifications, Are Posted To The Piee Solicitation Module. A Link To These Documents Will Be Available On Www.sam.gov. All Bids And Amendments Must Be Submitted Through The Piee Solicitation Module Only. Hard Copies Of The Solicitation Will Not Be Distributed. Controlled Temperature Storage. Contractor Shall Provide Construction Services To Include All Labor, Management, Supervision, Tools, Materials, Equipment, And Transportation For The Procurement And Construction To Install A New, Temperature-controlled Storage Room Inside Existing Warehouse, Complete With Insulation, Lighting, Hvac, And Fire Protection At Defense Distribution Depot San Joaquin, Tracy Ca. In Accordance With Specifications And Drawings. The Following Summary Of Work Is For The Purpose Of General Information And Is Not Intended To Include And Describe Every Feature Or Item Or To Define The Scope Of Work. It Is Expected That The Contractor Will Visit The Site Of Work And Thoroughly Familiarize Himself With The Conditions Existing There. Failure On The Part Of The Contractor To Acquaint Himself With The Site Conditions Will Not Be Sufficient Reason For Any Increase In Contract Price. The Scope Of Work Includes But Is Not Limited To The Following:contractor Is To Furnish All Labor, Management, Supervision, Tools, Materials, Equipment, And Transportation To ?f-35 Controlled Temperature Storage? At Ddjc With All The Required Components Over The Identified Work Areas. This Project Is 100% Small Business Set Aside. The Following Summary Of Work Is For The Purpose Of General Information And Is Not Intended To Include And Describe Every Feature Or Item Or To Define The Scope Of Work. It Is Expected That The Contractor Will Visit The Site Of Work And Thoroughly Familiarize Him/herself With The Conditions Existing There. Project Description: This Project Is Required To ?f-35 Controlled Temperature Storage?. Contractor Is To Provide All Labor, Supervision, Materials, Tools, And Equipment To Install A New, Temperature-controlled Storage Room Inside Existing Warehouse, Complete With Insulation, Lighting, Hvac, And Fire Protection In Building 59-1.performance Period: Contractor Shall Commence Work Upon Notice To Proceed And Shall Complete The Entire Work Ready For Use Within 365 Calendar Days (12 Months) After Receipt Of Notice To Proceed. Working Hours: The Work Shall Be Performed During Normal Business Hours Which Consists Of An 8-1/2-hour Period Established By The Contracting Officer, Monday Through Friday, From 7:00 A.m. To 3:30 P.m. (including Clean-up), Excluding Government Holidays. Any Work Requiring Power Shut Down Shall Be Done On Sunday As Approved By Contracting Officer In Advance. Any Work Required To Be Conducted Outside Of Regular Working Hours Requires Advance Contracting Officer Approval.the Naics Code For This Procurement Is 236220. The Small Business Size Standard Is $45.0m.the Magnitude Of This Construction Effort Is Between $1,000,000 And $5,000,000.the Tentative Timeframe For Issuance Of The Invitation For Bid (ifb) Solicitation Sp3300-25-b-0001 For The Above Stated Requirement Is On Or Around December 11, 2024. The Exact Date And Time For The Pre-proposal/site Visit Will Be Stated In The Solicitation. Notice To Vendors: Electronic Submissions Are Mandatory For This Solicitation, Utilizing The Procurement Integrated Enterprise Environment (piee) Solicitation Module. To Submit A Bid, Vendors Must Have The Proposal Manager Role Activated In The Piee. Detailed Guidance On Posting A Bid Is Provided In The Piee Posting Offer Demo, Accessible Through The General 10-step Process Described On The Piee Platform.electronic Solicitation: All Documents Related To This Solicitation, Including Attachments, Amendments, And Notifications, Are Posted To The Piee Solicitation Module. A Link To These Documents Will Be Available On Www.sam.gov. All Bids And Amendments Must Be Submitted Through The Piee Solicitation Module Only. Hard Copies Of The Solicitation Will Not Be Distributed. Any Questions Concerning This Project Should Be Directed To The Acquisition Specialist Paul Holbert At Paul.holbert@dla.mil. All Questions Should Be Submitted In Writing Via Email To The Above.prospective Bidders Are Cautioned Concerning Their Responsibility To Access The Website For Any Amendments That May Be Issued Under The Ifb. There Will Be No Advance Notification Of Amendment Issuance. Prospective Bidders Are Advised To Consult The Website Frequently To Check For Any Amendments. Amendments May Be Issued Up Until The Ifb Due Date. Failure To Acknowledge Amendments May Render Your Bid Ineligible For Award.note: All Offerors Must Be Registered In The System For Award Management (sam) Database At Http://www.sam.gov Or An Award Cannot Be Processed. The Solicitation Will Identify All Information That The Prospective Offeror Must Submit In Order To Be Considered For Award. Failure To Submit All The Information Requested By The Solicitation May Result In The Bid Being Eliminated From Consideration For Award.all Responsible Small Business Concerns May Submit A Bid Which Shall Be Considered By This Agency. The Government Intends To Award A Contract As A Result Of This Ifb. Award Will Be Made To The Lowest Responsive, Responsible Bidder. An Offeror Must Be Determined Responsible According To The Standards Of Far Subpart 9 To Be Eligible For Award.
Closing Soon11 Feb 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 Region Iii Office Of The District Engineer Nueva Ecija 1st District Engineering Office Talavera, Nueva Ecija Annex "a" Invitation To Bid For Construction Of Flood Control Structure Along Ilog Baliwag River, Barangay Gabaldon, Science City Of Muñoz, Nueva Ecija 1. The Dpwh, Nueva Ecija 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php96,500,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ce0194 Construction Of Flood Control Structure Along Ilog Baliwag River, Barangay Gabaldon, Science City Of Muñoz, Nueva Ecija Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Nueva Ecija 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Flood Control Structure Along Ilog Baliwag River, Barangay Gabaldon, Science City Of Muñoz, Nueva Ecija Contract Id No. : 25ce0194 Locations : Nueva Ecija Brief Description : Flood Control: Construction - Slope Protection Using Structural Measures (e.g. Revetment, Retaining Structures, Wirenet) Approved Budget For The Contract : ₱96,500,000.00 Contract Duration : 270.00 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B For 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, Nueva Ecija 1st District Engineering Office And Inspect The Bidding Documents At La Torre, Talavera, Nueva Ecija During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 - February 05, 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 Php50,000.00 . 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, Nueva Ecija 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 ; 10:00 Am At The Office Of The Bac Secretariat, Dpwh, Nueva Ecija 1st District Engineering Office, La Torre, Talavera, Nueva Ecija 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_nuevaecija1@dpwh.gov.ph For Electronic Submission On Or Before February 05, 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 18. 11. Bid Opening Shall Be On February 05, 2025 ; 10:00 Am At The Office Of The Bac Secretariat, Dpwh, Nueva Ecija 1st District Engineering Office, La Torre, Talavera, Nueva Ecija. 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, Nueva Ecija 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: John Vincent D. Salazar Bac Secretariat Head 0945 266 6231 Salazar.john_vincent@dpwh.gov.ph Fe F. Sumang Bac Vice Chairperson 0945 266 6231 Sumang.fe@dpwh.gov.ph Approved By: Fe F. Sumang Bac Vice Chairperson Noted By: Jun P. Vana, Ph.d. Oic - District Engineer Date Of Advertisement: January 17, 2025 - February 05, 2025
Closing Soon5 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
8451-8460 of 9692 active Tenders