Sign up now to have the right to view
50 tenders for free.
Title |
25G00033 – Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION VI |
|||
---|---|---|---|---|
You can sign up and unlock it for freeAccess to Public and Private Sector Business Opportunities for 200+ Countries |
||||
Country | ||||
Language | English | |||
Organization | ||||
Published Date | 17.10.2024 | |||
Deadline Date | 14.11.2024 | |||
Overview |
25G00033 – Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo Invitation to Bid (ITB) Reference Number 11367307 Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION VI Title 25G00033 – Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo Area of Delivery Printable Version Solicitation Number: 25G00033 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 148,127,500.00 Contract Duration: 310 Day/s Client Agency: Contact Person: Benjamin Jr. Bertiz Javellana Engineer III DPWH VI Regional Office Iloilo City Iloilo Philippines 5000 63-33-3299029 63-33-3299029 bactwgregion6@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 1 Date Published 17/10/2024 Last Updated / Time 17/10/2024 12:00 AM Closing Date / Time 14/11/2024 10:00 AM Description Republic of the Philippines DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS REGIONAL OFFICE VI Fort San Pedro, Iloilo City INVITATION TO BID for Contract ID No.: 25G00033 Contract Name: Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo The Department of Public Works and Highways Regional Office VI through the FY 2025 National Expenditure Program (NEP) intends to apply the sum of Php 148,127,500.00 being the Approved Budget for the Contract (ABC) to payments under the contract for Contract ID No. 25G00033 – Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo. Bids received in the excess of the ABC shall be automatically rejected at bid opening. 1. The Department of Public Works and Highways Regional Office VI through its Bids and Awards Committee now invites bids for the hereunder Works: Name of Contract : Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo Contract ID No. : 25G00033 Locations : Janiuay, Iloilo Scope of Works : Part A. Facilities for the Engineer Part B. Other General Requirements Volume II Part E. Surface Courses Part H. Miscellaneous Structures Volume III Part D. Reinforced Concrete Part E. Finishing and Other Civil Works Part I. Protective Works and Accessories Part L. Flood and River Control and Drainage Approved Budget for the Contract : Php 148,127,500.00 Contract Duration : 310 calendar days 2. Prospective Bidders should be (1) registered with and classified by the Philippine Contractors Accreditation Board (PCAB) with PCAB LICENSE Category B for Medium A. The description of an eligible Bidder is contained in the Bidding Documents, particularly, in Annex II-1 B Section II and III of Bidding Documents. Contractors/applicants who wish to participate in this bidding are encourage 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. Only authorized liaison officer(s), whose name appears on the Contractor’s Registration Certificate (CRC) with the presentation of his/her ID duly issued by its construction firm shall be allowed to purchase and submit/drop bidding documents. 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), otherwise known as “’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 Regional Office VI and inspect the Bidding Documents at Fort San Pedro, Iloilo City during weekdays from 8:00 am to 5:00 PM. 5. A complete set of Bidding Documents may be acquired by interested bidders from October 17-November 14, 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 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 Regional Office VI will hold a Pre-Bid Conference on October 29, 2024 at 2:00 P.M. at Bidding Room, Procurement Unit, which shall be open to prospective bidders. 8. 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. 9. Bids must be duly received by the BAC Secretariat at the address below for the manual submission or at electronicbids_r6@dpwh.gov.ph for electronic submission on or before November 14, 2024 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. 10. Bid opening shall be on November 14, 2024 immediately after submission of bids at Department of Public Works and Highways Regional Office VI, Bidding Room, Procurement Unit. Bids will be opened in the presence of the bidder’s representative who choose to attend at the address above. Late bids shall not be accepted. 11. The Department of Public Works and Highways Regional Office VI 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. 12. For further information, please refer to: MARY GRACE B. BULAQUIÑA-HACHUELA, CESE BAC Chairperson Pre-bid Conference Date Time Venue 29/10/2024 2:00 PM Department of Public Works and Highways Regional Office VI, Bidding Room, Procurement Unit Created by Benjamin Jr. Bertiz Javellana Date Created 16/10/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party. DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION VI
|
|||
NAICS |
Instruments and Related Products Manufacturing for Measuring
Justice
Electric Power Transmission
Regulation
Other Foundation
Other Foundation
Financial Transactions Processing
Securities
Justice
Highway
Automotive Parts
Construction
Other Justice
Regulation
Highway
Agriculture
Highway
Financial Transactions Processing
Foundation
Other Justice
Agencies
Construction
Process
|
|||
CPVS |
Parts of structures
Earthmoving and excavating machinery, and associated parts
Profiles
Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra...
System, storage and content management software package
Miscellaneous structures
Port
Control, safety, signalling and light equipment
Calendars
Sections
Construction, foundation and surface works for highways, roads
Boards
Control, safety or signalling equipment for inland waterways
Wheels, parts and accessories
Wells construction work
Office, school and office equipment cleaning services
Records
Permits
Control, safety or signalling equipment for parking facilities
Construction work
Command, control, communication systems
Structures and parts
Concrete
Control, safety or signalling equipment for port installations
Command, control, communication and computer systems
System, storage and content management software development services
Forms
Concrete work
Pressure-reducing, control, check or safety valves
Other services
Drainage works
Seats, chairs and related products, and associated parts
Control, safety or signalling equipment for roads
Display cases
Goods used in construction
Architectural, construction, engineering and inspection services
Security, fire-fighting, police and defence equipment
Platinum
Electronic, electromechanical and electrotechnical supplies
Manuals
Control, safety or signalling equipment for airports
Dates
|
|||
UNSPSC |
Profiles
Boards
Calendars
Display cases
Awards
Trade agreements
Surface
Case making services
Securities
Direction Finding Equipment, Accessories
Tent, for office use
Suction pump, manual
Clinical laboratory and toxicology testing systems, components, and supplies
Humanitarian Relief Items, Kits, or Accessories
Clinical laboratory and toxicology testing systems, components, and supplies
|
|||
Regions | ||||
Sectors |
Chemicals
Civil Works
Environment and Pollution-Recycling
Automobiles and Auto Parts
Non-Renewable Energy
Supply
Solar Photovoltaic PV Energy
Security Services
Postal and Courier Services
Roads and Highways-Bridge
Oil and Gas
Law and Legal
Printing and Publishing
Roadways
Defence and Security
Electricity
Construction
Energy-Power and Electrical
Computer Hardwares and Consumables
Aviation
Electronics
Marine
|
|||
URL | ||||
Share |
Title |
---|
25G00033 – Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION VI |
Country |
Language |
English |
Organization |
Published Date |
17.10.2024 |
Deadline Date |
14.11.2024 |
Overview |
25G00033 – Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo Invitation to Bid (ITB) Reference Number 11367307 Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION VI Title 25G00033 – Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo Area of Delivery Printable Version Solicitation Number: 25G00033 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 148,127,500.00 Contract Duration: 310 Day/s Client Agency: Contact Person: Benjamin Jr. Bertiz Javellana Engineer III DPWH VI Regional Office Iloilo City Iloilo Philippines 5000 63-33-3299029 63-33-3299029 bactwgregion6@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 1 Date Published 17/10/2024 Last Updated / Time 17/10/2024 12:00 AM Closing Date / Time 14/11/2024 10:00 AM Description Republic of the Philippines DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS REGIONAL OFFICE VI Fort San Pedro, Iloilo City INVITATION TO BID for Contract ID No.: 25G00033 Contract Name: Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo The Department of Public Works and Highways Regional Office VI through the FY 2025 National Expenditure Program (NEP) intends to apply the sum of Php 148,127,500.00 being the Approved Budget for the Contract (ABC) to payments under the contract for Contract ID No. 25G00033 – Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo. Bids received in the excess of the ABC shall be automatically rejected at bid opening. 1. The Department of Public Works and Highways Regional Office VI through its Bids and Awards Committee now invites bids for the hereunder Works: Name of Contract : Construction of Flood Control Structure along Suage River, Section 9, Janiuay, Iloilo Contract ID No. : 25G00033 Locations : Janiuay, Iloilo Scope of Works : Part A. Facilities for the Engineer Part B. Other General Requirements Volume II Part E. Surface Courses Part H. Miscellaneous Structures Volume III Part D. Reinforced Concrete Part E. Finishing and Other Civil Works Part I. Protective Works and Accessories Part L. Flood and River Control and Drainage Approved Budget for the Contract : Php 148,127,500.00 Contract Duration : 310 calendar days 2. Prospective Bidders should be (1) registered with and classified by the Philippine Contractors Accreditation Board (PCAB) with PCAB LICENSE Category B for Medium A. The description of an eligible Bidder is contained in the Bidding Documents, particularly, in Annex II-1 B Section II and III of Bidding Documents. Contractors/applicants who wish to participate in this bidding are encourage 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. Only authorized liaison officer(s), whose name appears on the Contractor’s Registration Certificate (CRC) with the presentation of his/her ID duly issued by its construction firm shall be allowed to purchase and submit/drop bidding documents. 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), otherwise known as “’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 Regional Office VI and inspect the Bidding Documents at Fort San Pedro, Iloilo City during weekdays from 8:00 am to 5:00 PM. 5. A complete set of Bidding Documents may be acquired by interested bidders from October 17-November 14, 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 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 Regional Office VI will hold a Pre-Bid Conference on October 29, 2024 at 2:00 P.M. at Bidding Room, Procurement Unit, which shall be open to prospective bidders. 8. 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. 9. Bids must be duly received by the BAC Secretariat at the address below for the manual submission or at electronicbids_r6@dpwh.gov.ph for electronic submission on or before November 14, 2024 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. 10. Bid opening shall be on November 14, 2024 immediately after submission of bids at Department of Public Works and Highways Regional Office VI, Bidding Room, Procurement Unit. Bids will be opened in the presence of the bidder’s representative who choose to attend at the address above. Late bids shall not be accepted. 11. The Department of Public Works and Highways Regional Office VI 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. 12. For further information, please refer to: MARY GRACE B. BULAQUIÑA-HACHUELA, CESE BAC Chairperson Pre-bid Conference Date Time Venue 29/10/2024 2:00 PM Department of Public Works and Highways Regional Office VI, Bidding Room, Procurement Unit Created by Benjamin Jr. Bertiz Javellana Date Created 16/10/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party. DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION VI |
NAICS |
Instruments and Related Products Manufacturing for Measuring Justice Electric Power Transmission Regulation Other Foundation Other Foundation Financial Transactions Processing Securities Justice Highway Automotive Parts Construction Other Justice Regulation Highway Agriculture Highway Financial Transactions Processing Foundation Other Justice Agencies Construction Process |
CPVS |
Parts of structures Earthmoving and excavating machinery, and associated parts Profiles Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Miscellaneous structures Port Control, safety, signalling and light equipment Calendars Sections Construction, foundation and surface works for highways, roads Boards Control, safety or signalling equipment for inland waterways Wheels, parts and accessories Wells construction work Office, school and office equipment cleaning services Records Permits Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Structures and parts Concrete Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Concrete work Pressure-reducing, control, check or safety valves Other services Drainage works Seats, chairs and related products, and associated parts Control, safety or signalling equipment for roads Display cases Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Platinum Electronic, electromechanical and electrotechnical supplies Manuals Control, safety or signalling equipment for airports Dates |
UNSPSC |
Profiles Boards Calendars Display cases Awards Trade agreements Surface Case making services Securities Direction Finding Equipment, Accessories Tent, for office use Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories Clinical laboratory and toxicology testing systems, components, and supplies |
Regions |
APEC Countries Asia |
Sectors |
Chemicals Civil Works Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Postal and Courier Services Roads and Highways-Bridge Oil and Gas Law and Legal Printing and Publishing Roadways Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Aviation Electronics Marine |
URL |
Share |
To be notified
when a tender matching your filter is
published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert
Similar Tenders