Sign up now to have the right to view
50 tenders for free.
Title |
25AF0051, CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - LA UNION 2ND ED |
|||
---|---|---|---|---|
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 | 22.10.2024 | |||
Deadline Date | 12.11.2024 | |||
Overview |
25AF0051, CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN Invitation to Bid (ITB) Reference Number 11387853 Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - LA UNION 2ND ED Title 25AF0051, CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN Area of Delivery La Union Printable Version Solicitation Number: 25AF0051 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 96,499,991.82 Contract Duration: 275 Day/s Client Agency: Contact Person: MARIO LLAVORE LAROYA BAC Chairperson Barangay San Joaquin Sur Agoo La Union Philippines 2504 63-072-6091716 63-072-6091716 dpwh_2ndlued@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 22/10/2024 Last Updated / Time 22/10/2024 12:00 AM Closing Date / Time 12/11/2024 10:00 AM Description Republic of the Philippines DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS LA UNION 2ND DISTRICT ENGINEERING OFFICE San Joaquin Sur, Agoo, La Union, Region I INVITATION TO BID FOR 25AF0051, CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN EAST, ARINGAY, LA UNION 1. The Department of Public Works and Highways LA UNION SECOND DISTRICT ENGINEERING OFFICE, through the NEP FY 2025 intends to apply the sum of Php 96,499,991.82 being the Approved Budget for the Contract (ABC) to payments under the contract for CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN EAST, ARINGAY, LA UNION with Contract ID: 25AF0051. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2. The Department of Public Works and Highways La Union Second District Engineering Office through its Bids and Awards Committee now invites bids for the hereunder Works: Contract ID No.: 25AF0051 Name of Contract: CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN EAST, ARINGAY, LA UNION Locations: BRGY. SAN JUAN EAST, ARINGAY, LA UNION Scope of Works: CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES Approved Budget of the Contract: Php 96,499,991.82 Contract Duration: 275 CD 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. To be eligible to bid for these Contracts, a contractor must meet the following major requirements: a) Filipino citizen or 75% Filipino-owned with PCAB license for Size Range Medium A, b) completion of a similar contract costing at least 50% of the ABC, and c) Net Financial Contracting Capacity (NFCC) at least equal to the ABC. Contractors/applicants who wish to participate in this bidding are encouraged to enroll in the DPWH Civil Works Application (CWA) at the DPWH Procurement Service (PrS), 5th Floor, DPWH Bldg., Bonifacio Drive, Port Area, Manila, while those already enrolled shall keep their records current and updated. The Contractor’s eligibility to bid on the project will be determined using the DPWH Contractor Profile Eligibility Process (CPEP) and subject to further post- qualification. Information on registration can be obtained from the PrS during working weekdays from 7:00 am to 4:00 pm or at the DPWH website www.dpwh.gov.ph. 4. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the "“Government Procurement Reform Act”. The contract shall be awarded to the Lowest Calculated Responsive Bidder (LCRB) who was determined as such during post qualification. 5. Interested bidders may obtain further information from the Department of Public Works and Highways La Union Second District Engineering Office and inspect the Bidding Documents at DPWH-LUSDEO San Joaquin Sur, Agoo, La Union during weekdays from 8:00 A.M. – 5:00 P.M. 6. A complete set of Bidding Documents may be acquired by interested bidders on October 22 – November 12, 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. 7. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS), and the website of the Procuring Entity, provided that bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their bids. 8. The Department of Public Works and Highways La Union Second District Engineering Office will hold a Pre-Bid Conference on October 29, 2024, 10:00 A.M. at 2nd Floor, Conference Room of DPWH-LUSDEO, San Joaquin Sur, Agoo, La Union and/or through video conferencing, 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_launion2@dpwh.gov.ph for electronic submission on or before November 12, 2024 @ 10:00AM. Late bids shall not be accepted. 11. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 15. 12. Bid opening shall be on November 12, 2024, 10:01 AM at 2nd Floor, Conference Room of DPWH-LUSDEO, San Joaquin Sur, Agoo, La Union and/or through video conferencing. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. 13. The Department of Public Works and Highways La Union Second 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 RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders. 14. For further information, please refer to: MARIO L. LAROYA NESTOR D. SIBAYAN BAC Chairperson Head, Procurement Unit/BAC Secretariat DPWH LUSDEO, San Joaquin Sur, Agoo, LU DPWH LUSDEO, San Joaquin Sur, Agoo, LU (072) 609-1716/1070 (072) 609-1716/1070 dpwh_2ndlued@yahoo.com sibayan.nestor@dpwh.gov.ph 15. You may also visit the following Websites: For downloading of Bidding Documents: www.dpwh.gov.ph and PhilGEPS website For online bid submission: electronicbids_launion2@dpwh.gov.ph Approved by: MARIO L. LAROYA BAC Chairperson Date of Publication: October 22 - 28, 2024 Pre-bid Conference Date Time Venue 29/10/2024 10:00 AM 2nd Floor, Conference Room of DPWH-LUSDEO, San Joaquin Sur, Agoo, La Union Created by MARIO LLAVORE LAROYA Date Created 21/10/2024 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 - LA UNION 2ND ED
|
|||
NAICS |
Instruments and Related Products Manufacturing for Measuring
Justice
Electric Power Transmission
Regulation
Other Foundation
Other Foundation
Financial Transactions Processing
Securities
Justice
Highway
Construction
Architectural
Other Justice
Regulation
Highway
Agriculture
Highway
Financial Transactions Processing
Foundation
Research and Development in the Physical
Other Justice
Agencies
Research and Development in the Physical
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
Port
Control, safety, signalling and light equipment
Sections
Construction, foundation and surface works for highways, roads
Engineering, auxiliary, average, loss, actuarial and salvage insurance services
Publications
Control, safety or signalling equipment for inland waterways
Wells construction work
Office, school and office equipment cleaning services
Records
Control, safety or signalling equipment for parking facilities
Construction work
Command, control, communication systems
Structures and parts
Control, safety or signalling equipment for port installations
Command, control, communication and computer systems
System, storage and content management software development services
Forms
Pressure-reducing, control, check or safety valves
Other services
Posts
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
Electronic, electromechanical and electrotechnical supplies
Manuals
Control, safety or signalling equipment for airports
Dates
|
|||
UNSPSC |
Netting
Profiles
Post
Display cases
Awards
Well engineering
Trade agreements
Case making services
Securities
Tent, for office use
Suction pump, manual
Clinical laboratory and toxicology testing systems, components, and supplies
Clinical laboratory and toxicology testing systems, components, and supplies
|
|||
Regions | ||||
Sectors |
Civil Works
Environment and Pollution-Recycling
Automobiles and Auto Parts
Non-Renewable Energy
Supply
Solar Photovoltaic PV Energy
Security Services
Engineering
Postal and Courier Services
Roads and Highways-Bridge
Printing and Publishing
Roadways
Defence and Security
Electricity
Construction
Energy-Power and Electrical
Computer Hardwares and Consumables
Electronics
Marine
|
|||
URL | ||||
Share |
Title |
---|
25AF0051, CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - LA UNION 2ND ED |
Country |
Language |
English |
Organization |
Published Date |
22.10.2024 |
Deadline Date |
12.11.2024 |
Overview |
25AF0051, CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN Invitation to Bid (ITB) Reference Number 11387853 Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - LA UNION 2ND ED Title 25AF0051, CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN Area of Delivery La Union Printable Version Solicitation Number: 25AF0051 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 96,499,991.82 Contract Duration: 275 Day/s Client Agency: Contact Person: MARIO LLAVORE LAROYA BAC Chairperson Barangay San Joaquin Sur Agoo La Union Philippines 2504 63-072-6091716 63-072-6091716 dpwh_2ndlued@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 22/10/2024 Last Updated / Time 22/10/2024 12:00 AM Closing Date / Time 12/11/2024 10:00 AM Description Republic of the Philippines DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS LA UNION 2ND DISTRICT ENGINEERING OFFICE San Joaquin Sur, Agoo, La Union, Region I INVITATION TO BID FOR 25AF0051, CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN EAST, ARINGAY, LA UNION 1. The Department of Public Works and Highways LA UNION SECOND DISTRICT ENGINEERING OFFICE, through the NEP FY 2025 intends to apply the sum of Php 96,499,991.82 being the Approved Budget for the Contract (ABC) to payments under the contract for CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN EAST, ARINGAY, LA UNION with Contract ID: 25AF0051. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2. The Department of Public Works and Highways La Union Second District Engineering Office through its Bids and Awards Committee now invites bids for the hereunder Works: Contract ID No.: 25AF0051 Name of Contract: CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES WITHIN MAJOR RIVER BASINS AND PRINCIPAL RIVERS - CONSTRUCTION OF FLOOD CONTROL STRUCTURE ALONG ARINGAY RIVER BASIN, BRGY. SAN JUAN EAST, ARINGAY, LA UNION Locations: BRGY. SAN JUAN EAST, ARINGAY, LA UNION Scope of Works: CONSTRUCTION/REHABILITATION OF FLOOD MITIGATION FACILITIES Approved Budget of the Contract: Php 96,499,991.82 Contract Duration: 275 CD 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. To be eligible to bid for these Contracts, a contractor must meet the following major requirements: a) Filipino citizen or 75% Filipino-owned with PCAB license for Size Range Medium A, b) completion of a similar contract costing at least 50% of the ABC, and c) Net Financial Contracting Capacity (NFCC) at least equal to the ABC. Contractors/applicants who wish to participate in this bidding are encouraged to enroll in the DPWH Civil Works Application (CWA) at the DPWH Procurement Service (PrS), 5th Floor, DPWH Bldg., Bonifacio Drive, Port Area, Manila, while those already enrolled shall keep their records current and updated. The Contractor’s eligibility to bid on the project will be determined using the DPWH Contractor Profile Eligibility Process (CPEP) and subject to further post- qualification. Information on registration can be obtained from the PrS during working weekdays from 7:00 am to 4:00 pm or at the DPWH website www.dpwh.gov.ph. 4. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the "“Government Procurement Reform Act”. The contract shall be awarded to the Lowest Calculated Responsive Bidder (LCRB) who was determined as such during post qualification. 5. Interested bidders may obtain further information from the Department of Public Works and Highways La Union Second District Engineering Office and inspect the Bidding Documents at DPWH-LUSDEO San Joaquin Sur, Agoo, La Union during weekdays from 8:00 A.M. – 5:00 P.M. 6. A complete set of Bidding Documents may be acquired by interested bidders on October 22 – November 12, 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. 7. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS), and the website of the Procuring Entity, provided that bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their bids. 8. The Department of Public Works and Highways La Union Second District Engineering Office will hold a Pre-Bid Conference on October 29, 2024, 10:00 A.M. at 2nd Floor, Conference Room of DPWH-LUSDEO, San Joaquin Sur, Agoo, La Union and/or through video conferencing, 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_launion2@dpwh.gov.ph for electronic submission on or before November 12, 2024 @ 10:00AM. Late bids shall not be accepted. 11. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 15. 12. Bid opening shall be on November 12, 2024, 10:01 AM at 2nd Floor, Conference Room of DPWH-LUSDEO, San Joaquin Sur, Agoo, La Union and/or through video conferencing. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. 13. The Department of Public Works and Highways La Union Second 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 RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders. 14. For further information, please refer to: MARIO L. LAROYA NESTOR D. SIBAYAN BAC Chairperson Head, Procurement Unit/BAC Secretariat DPWH LUSDEO, San Joaquin Sur, Agoo, LU DPWH LUSDEO, San Joaquin Sur, Agoo, LU (072) 609-1716/1070 (072) 609-1716/1070 dpwh_2ndlued@yahoo.com sibayan.nestor@dpwh.gov.ph 15. You may also visit the following Websites: For downloading of Bidding Documents: www.dpwh.gov.ph and PhilGEPS website For online bid submission: electronicbids_launion2@dpwh.gov.ph Approved by: MARIO L. LAROYA BAC Chairperson Date of Publication: October 22 - 28, 2024 Pre-bid Conference Date Time Venue 29/10/2024 10:00 AM 2nd Floor, Conference Room of DPWH-LUSDEO, San Joaquin Sur, Agoo, La Union Created by MARIO LLAVORE LAROYA Date Created 21/10/2024 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 - LA UNION 2ND ED |
NAICS |
Instruments and Related Products Manufacturing for Measuring Justice Electric Power Transmission Regulation Other Foundation Other Foundation Financial Transactions Processing Securities Justice Highway Construction Architectural Other Justice Regulation Highway Agriculture Highway Financial Transactions Processing Foundation Research and Development in the Physical Other Justice Agencies Research and Development in the Physical 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 Port Control, safety, signalling and light equipment Sections Construction, foundation and surface works for highways, roads Engineering, auxiliary, average, loss, actuarial and salvage insurance services Publications Control, safety or signalling equipment for inland waterways Wells construction work Office, school and office equipment cleaning services Records Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Structures and parts Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Forms Pressure-reducing, control, check or safety valves Other services Posts 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 Electronic, electromechanical and electrotechnical supplies Manuals Control, safety or signalling equipment for airports Dates |
UNSPSC |
Netting Profiles Post Display cases Awards Well engineering Trade agreements Case making services Securities Tent, for office use Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies |
Regions |
APEC Countries Asia |
Sectors |
Civil Works Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Engineering Postal and Courier Services Roads and Highways-Bridge Printing and Publishing Roadways Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables 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