Website Tenders

Website Tenders

City Of Valenzuela Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 47.9 Million (USD 819.7 K)
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 044-completion-cswd Bldg-kar-ceo-infra-2025 Pcab Min. Required Size Range/category Medium A Name Of Contract Completion Of Cswd Building @ Brgy. Karuhatan Brief Description Completion Of Cswd Building @ Brgy. Karuhatan Location Brgy. Karuhatan, Valenzuela City Source Of Funds Bc# 98; Ref. No. 24-813 T O T A L Abc (php) 47,923,883.43 (240 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below As Follows: 1) Issuance Of Bid Documents December 12, 2024- January 8, 2025; 8:00 Am To 4:00 Pm And On January 9, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference December 17, 2024; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids January 9, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids January 9, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available Only To Bidders/contractors Upon Payment Of A Non-refundable Fee In The Amount Of: Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million Php50,000.00 For Projects With Abc Of More Than Php50million Up To Php500million To The Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 12/05/2024 //erlie

City Of Valenzuela Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 21.7 Million (USD 372.8 K)
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 041-const-mri Rm/oncology-pdblas-ceo-infra-2025 Pcab Min. Required Size Range/category Small B Name Of Contract Construction Of Mri Room & Oncology Room, Brgy. Paso De Blas Brief Description Construction Of Mri Room & Oncology Room, Brgy. Paso De Blas Location Brgy. Paso De Blas, Valenzuela City Source Of Funds Bc# 98; Ref. No. 24-810 T O T A L Abc (php) 21,799,999.99 (180 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below As Follows: 1) Issuance Of Bid Documents December 12, 2024- January 8, 2025; 8:00 Am To 4:00 Pm And On January 9, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference December 17, 2024; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids January 9, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids January 9, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available Only To Bidders/contractors Upon Payment Of A Non-refundable Fee In The Amount Of: Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million Php50,000.00 For Projects With Abc Of More Than Php50million Up To Php500million To The Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 12/05/2024 //erlie

City Of Valenzuela Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 8.7 Million (USD 149.6 K)
Details: Description Bids And Awards Committee Invitation To Bid The City Government Of Valenzuela, Through Its Bids And Award Committee (bac), Invites Contractors Registered With The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Listed Projects, To Wit: Contract Reference No.: 042-const-powerhouse-valhealth-pdblas-ceo-infra-2025 Pcab Min. Required Size Range/category Small B Name Of Contract Construction Of Powerhouse @ Valhealth, Brgy. Paso De Blas Brief Description Construction Of Powerhouse @ Valhealth, Brgy. Paso De Blas Location Brgy. Paso De Blas, Valenzuela City Source Of Funds Bc# 98; Ref. No. 24-811 T O T A L Abc (php) 8,749,999.97 (120 Cd) Registered Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Single Contract With A Value Of At Least 50% Of The Abc For The Last 10 Years, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For Execution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of The Bids. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted Unless Otherwise Stated To Organizations With At Least Seventy Five Percent (75%) Interest In Outstanding Capital Stock Belonging To Citizens Of The Philippines. In Accordance With The Revised Irr Of R.a. 9184, Only Bids From Bidders Who Pass An Eligibility Check Will Be Opened. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During The Post Qualification. The Complete Schedule Of Activities Are Listed Below As Follows: 1) Issuance Of Bid Documents December 12, 2024- January 8, 2025; 8:00 Am To 4:00 Pm And On January 9, 2025 Until 9:00 Am, Bids And Awards Committee Secretariat Office 2) Pre-bid Conference December 17, 2024; 10:30 Am, Conference Room (3a)-legislative Building 3) Submission Of Bids January 9, 2025 Until 10:00 Am, 2nd Flr. Exec. Bldg. Bids And Awards Committee Secretariat Office 4) Opening Of Bids January 9, 2025; 10:30 Am, Conference Room (3a)-legislative Building 5) Bid Evaluation 7 Calendar Days 6) Post Qualification 30 Calendar Days 7) Notice Of Awards 7 Calendar Days Bid Documents Will Be Available Only To Bidders/contractors Upon Payment Of A Non-refundable Fee In The Amount Of: Php10,000.00 For Projects With Abc Of More Than Php5million Up To Php10million Php25,000.00 For Projects With Abc Of More Than Php10million Up To Php50million Php50,000.00 For Projects With Abc Of More Than Php50million Up To Php500million To The Office Of The City Treasurer And May Be Downloaded In The Philgeps Website. Bidder/contractor Must Be Able To Log-in In The Philippine Electronic Procurement System (philgeps) Wherein The Name Of The Company Will Be Reflected In The Document Request List Of The Bid Notice Abstract Of The Procuring Entity. The City Government Of Valenzuela Reserves The Right To Accept Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s And Assume No Responsibility Whatsoever To Compensate Or Indemnify For Any Expenses Incurred In The Preparation Of Their Bids. The Committee Reserves The Right To Cancel Or Postpone The Date Of Bidding With Or Without Prior Notice To Prospective Bidders. Approved By: Atty. Jaime T. De Veyra, Mnsa Chairperson Posted In Conspicuous Place, City Hall Premises Date Of Publication /philgeps Date Prepared: 12/05/2024 //erlie

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Details: Description Invitation To Bid For 25ck0068 – Rehabilitation Of Dike Along O'donnell River, Right Bank Of Barangay Sta. Lucia Section, Segment B, Sta. 2 + 837.75 To Sta. 3 + 193.63, Capas, Tarlac. 1. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 96,499,410.57 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ck0068 – Rehabilitation Of Dike Along O'donnell River, Right Bank Of Barangay Sta. Lucia Section, Segment B, Sta. 2 + 837.75 To Sta. 3 + 193.63, Capas, Tarlac. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Through Its Bids And Awards Committee (bac), Now Invites Bids For The Hereunder Works: Name Of Contract : Rehabilitation Of Dike Along O'donnell River, Right Bank Of Barangay Sta. Lucia Section, Segment B, Sta. 2 + 837.75 To Sta. 3 + 193.63, Capas, Tarlac Contract Id No. : 25ck0068 Locations : Capas, Tarlac Scope Of Works : Rehabilitation Of Flood Control Structure Approved Budget For The Contract : Php 96,499,410.57 Contract Duration : 184 C.d. 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 Bidders 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 Building., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulation (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo) And Inspect The Bidding Documents At San Francisco, Concepcion, Tarlac During Weekdays From Mondays To Fridays At 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By The Interested Bidders On December 06, 2024 To December 26, 2024 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. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways (dpwh), Tarlac 2nd District Engineering Office (t2deo), Will Hold A Pre-bid Conference On December 13, 2024, 10:00 Am At Dpwh T2deo Multi-purpose Hall Room, Via Youtube Livestreaming Which Shall Be Open To Prospective Bidders. 8. Bid Submission May Be Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_tarlac2@dpwh.gov.ph For Electronic Submission On Or Before December 26, 2024, 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. 10. Bid Opening Shall Be On December 26, 2024, After 10:00 A.m At Dpwh T2deo Multi-purpose Hall Room. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Department Of Public Works And Highways – Tarlac 2nd District Engineering Office (dpwh-t2deo) Reserves The Right To Accept Reject Any And All Bids, Declare A Failure Of Bidding, Or Not To Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of R.a. 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bac Secretariat Head: Erwin D. Salvador Address: San Francisco, Concepcion, Tarlac Tel. No(s).: (045) 934-53-93 Email Address: Dpwhtarlac2nddeo_bac@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website & Www.dpwh.gov.ph Date Of Issue: December 06, 2024 Advisory: Prospective Bidders/suppliers Are Strictly Advised To Observe Covid-19 Health Protocols Prescribed By The Iatf And/or Local Government Units, And Thus, They And/or Their Authorized Representative Who Will Attend The Procurement Activities And/or Submit Bids Are Required To Present Current Antigen And/or Rt- Pcr Negative Test Results. Approved By: Tirso C. Colcol Vice-bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 1st District Engineering Office Region Vi Rizal St., Guimbal, Iloilo Invitation To Bid (rebidding) For Construction Of Road Including Facilities, Barangay Maricolcol - Barangay Sta. Barbara, Miagao, Iloilo 1. The Dpwh Iloilo 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25gf0079 – Construction Of Road Including Facilities, Barangay Maricolcol - Barangay Sta. Barbara, Miagao, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Iloilo 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Road Including Facilities, Barangay Maricolcol - Barangay Sta. Barbara, Miagao, Iloilo Contract Id No. : 25gf0079 Locations : Miagao, Iloilo Scope Of Works : Part A. Facilities For The Engineer Part B. Other General Requirements Part C. Earthworks Part D. Subbase And Base Course Part E. Surface Course Part G. Drainage And Slope Protection Structures Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 81 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For Ge-1. 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 Iloilo 1st District Engineering Office And Inspect The Bidding Documents At Rizal St., Guimbal, Iloilo 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 – February 6, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. 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 Iloilo 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 At 10:00 A.m. At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo, 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. The Procuring Entity Requires Each Bidder To Submit Additional Two Copies, Labelled As Copy 1 And Copy 2, Of The Original First And Second Components Of Its Bid As Stated In The Itb Clause 16. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo1@dpwh.gov.ph For Electronic Submission On Or Before February 6, 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. 12. Bid Opening Shall Be On February 6, 2025 After The Eligibility Processing At The Dpwh Iloilo 1st District Engineering Office, Temporary Office, Guimbal Central Elementary School, Guimbal, Iloilo. 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. 13. The Dpwh Iloilo 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. 14. For Further Information, Please Refer To: Patrick B. Gimeno Engineer Iii Head, Procurement Unit Dpwh, Iloilo 1st District Engineering Office Riza St., Guimbal, Iloilo Tel. Nos. 337-60-98 * 337-91-16 Approved By: Ninfa M. Enriquez Oic-assistant District Engineer Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Closing Soon4 Feb 2025
Tender AmountPHP 9.7 Million (USD 167.6 K)
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 9,799,938.63 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25cf0074 Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Barangay Malate, Palayan City, 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) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Barangay Malate, Palayan City, Nueva Ecija Contract Id No. : 25cf0074 Locations : Barangay Malate, Palayan City, Nueva Ecija Scope Of Works : Concreting Of Road And Construction Of Drainage Approved Budget For The Contract : Php 9,799,938.63 Contract Duration : 87 Cd 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“c & D”) For (small “b”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 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 16, 2025 – February 4, 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 10,000.00. 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 23, 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 4, 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 4, 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 16, 2025 Approved By: Ramil C. Ramos Bac Chairperson

Metropolitan Cebu Water District Tender

Civil And Construction...+1Pipe Line Project
Corrigendum : Closing Date Modified
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 7.8 Million (USD 133.6 K)
Details: Description Invitation To Bid For The Proposed Ø200mm X 490 Lm & Ø150mm X 228 Lm Upvc Pipeline Expansion Project Project No. E-1753-l3-220623 Pak-pakan Road, Basak, Lapu-lapu City The Metropolitan Cebu Water District (mcwd), Through The Corporate Operating Budget 2024 Intends To Apply The Sum Of Philippine Peso: Seven Million Eight Hundred Twelve Thousand Four Hundred Ninety-six And 35/100 (php 7,812,496.35) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Proposed Ø200mm X 490 Lm & Ø150mm X 228 Lm Upvc Pipeline Expansion Project At Pak-pakan Road, Basak, Lapu-lapu City With Purchase Requisition (pr) No. 29577-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Mcwd Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required In One Hundred Eighty (180) Calendar Days. Bidders Should Have Completed, Within Five (5) Years Prior To 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). 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. Interested Bidders May Obtain Further Information From Mcwd And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 4:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 11, 2025 From Given 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 Ten Thousand Pesos (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Mcwd Will Hold A Pre-bid Conference On January 30, 2025 9:00 Am At The Agm For Administration Conference Room, 6/f Mcwd Building, Which Shall Be Open To Prospective Bidders Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before 9:00 Am Of February 11, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. Bid Opening Shall Be On February 11, 2025 9:00am At The Agm For Administration Conference Room, 6/f Mcwd Building. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Mcwd 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. For Further Information, Please Refer To: Christine B. Caballes Office Of The Bac Secretariat 6th Floor, Metropolitan Cebu Water District Cor. Magallanes And Lapulapu Streets, Cebu City Telefax No. (032)256 0422 Mcwdbac2@gmail.com Www.mcwd.gov.ph You May Visit The Website: For Downloading Of Bidding Documents: Www.mcwd.gov.ph January 22, 2024 Atty. Elson C. Englis Bac 2 Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 35.8 Million (USD 613.5 K)
Details: Description Invitation To Bid Contract Id No. 24go00020: Procurement Of One (1) Unit Truck Mounted Flood Mitigating Equipment Intended For Dredging Works And Other Related Flood Control Projects Of Dpwh - Ncr 1. The Department Of Public Works And Highways-national Capital Region, Through The Gaa 2024 Intends To Apply The Sum Of Thirty-five Million Eight Hundred Seventy Thousand Two Hundred Forty Pesos Only (php 35,870,240.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Id No. 24go00020: Procurement Of One (1) Unit Truck Mounted Flood Mitigating Equipment Intended For Dredging Works And Other Related Flood Control Projects Of Dpwh - Ncr. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways-national Capital Region Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Contract Duration Of One Hundred Eighty (180) Calendar Days. The Bidder Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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 The Department Of Public Works And Highways-national Capital Region And Inspect The Bidding Documents At The Address Given Below From 7:00 A.m. To 4:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 Until Before 9:00 A.m. Of February 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (p25, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Department Of Public Works And Highways-national Capital Region Will Hold A Pre-bid Conference On February 07, 2025 At 9:00 A.m. At The Ncr- Bac Conference Room, 2nd Floor, 2nd Street, Port Area, Manila, Or Via Zoom Meeting Id: 435 375 4517 Passcode: Ncr2022 Which Shall Be Opened To All Interested Parties. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 21, 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 February 21, 2025 At 9:00 A.m. At The Ncr- Bac Conference Room, 2nd Floor, 2nd Street, Port Area, Manila, Or Via Zoom Meeting Id: 435 375 4517 Passcode: Ncr2022. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dpwh-ncr 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: Emy P. Abello Head, Procurement Staff Dpwh-national Capital Region 2nd St. Port Area, Manila Tel. No. (02) 5304-3703 Dpwhncrbac1@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philippine Government Electronic Procurement System (philgeps) (www.philgeps.gov.ph) And Website Of The Department Of Public Works And Highways (www.dpwh.gov.ph) Date Of Issue: __________________ Jord Achaes R. David Chief, Administrative Division Bac Chairperson Dpwh-ncr 2nd St. Port Area, Manila Tel. No. (02) 5304-3703 David.jord_achaes@dpwh.gov.ph

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.5 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Two Hundred Thousand Pesos (₱1,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard; Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (pedestal Column); Structural Concrete (pedestal Column Footing, Bin Footing And Slab On Fill); Reinforcing Steel; Formworks And Falseworks; Part D. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part E. Finishing Works: Cement Plaster Finish; Part F. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascia Framing); Part G. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll And End Flashing); Part H. Painting Works: Painting Works (metal Painting). Boq Notes: 1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.; 2. Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Test For Quality Control And Plan Preparation Site: Putat, Tuburan, Cebu; Fortaliza, Tuburan Cebu; Colonia, Tuburan, Cebu. Completion Of The Works Is Required Within Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two (2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Five Hundred Pesos (1,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025– 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Brgy. Upper Cabangcalan, Lazi, Siquijor. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (column, Pedestal Column And Roof Beam); Structural Concrete (pedestal Column Footing, Bin Footing, Wall Footing And Slab On Fill) Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Ceiling (4.5mm Fiber Cement); Part E. Door And Window: Jalousie Window (glass); Frames (jamb); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (anchor Bolts); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (steel Plates); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascial Framing); Part I. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll, Hip Roll, Valley Roll And End Flashing); Part J. Painting Works: Painting Works (masonry Painting); Painting Works (metal Painting); Part K. Electrical Works: Conduits, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures And Lamps; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Espenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Brgy. Upper Cabangcalan, Lazi, Siquijor. Completion Of The Works Is Required Within Seventy-eight (78) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Leased Bar Cutter; One (1) Leased Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two(2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer . Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
8671-8680 of 9637 active Tenders