Vous êtes sur la page 1sur 87

OFFICE SUPPLIES

10 PROJECTS

1.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5795409

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - ZAMBOANGA CITY DEO

Title 18JAGS0005 - Supply & Delivery of common office supplies (1st & 2nd
Quarter of 2019) for the general use in this office, DPWH-DEO Zamboanga City

Area of Delivery Printable


Zamboanga Del Sur
Version

Solicitation Number: 18JAGS005 Status Active

Trade Agreement: Implementing Rules and Associated Components Order


Regulations Bid Supplements 0
Procurement Mode: Public Bidding Document Request List 4
Classification: Goods Date Published 11/11/2018
Category: Office Supplies and Last Updated / Time 11/11/2018 12:00 AM
Devices
Closing Date / Time 29/11/2018 10:00 AM
Approved Budget for PHP 4,306,156.74
the Contract:

Delivery Period: 30 Day/s

Client Agency:

Contact Person: Erlinda Awing Gregorio


Engineer III
MCLL Highway, Divisoria,
Zamboanga City
Zamboanga City
Zamboanga Del Sur
Philippines 7000
63-062-9842451
63-062-9842453
gregoriolind@yahoo.com

Description
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
OFFICE OF THE DISTRICT ENGINEER
Zamboanga City District Engineering Office
INVITATION TO BID FOR

Contract ID No: 18JAGS0005


Supply & Delivery of common office supplies (1st & 2nd Quarter of 2019) for the general use in this office,
DPWH-DEO Zamboanga City
Total ABC: Php4,306,156.74

a. Procurement of common office supplies for use in the office of the District Engineer & Network Admin
Room of this office. ABC: Php70,710.00

b. Procurement of common office supplies for use in the office of the Asst. District Engineer of this office.
ABC: Php40,948.00

c. Procurement of common office supplies for use in the BAC/Procurement Unit of this office.
ABC: Php564,498.00

d. Procurement of common office supplies for use in the Administrative section of this office.
ABC: Php1,052,431.00

e. Procurement of common office supplies for use in the Construction section of this office.
ABC: Php936,896.74

f. Procurement of common office supplies for use in the Finance section of this office.
ABC: Php187,585

g. Procurement of common office supplies for use in the Quality Assurance section of this office. ABC:
Php190,605.00

h. Procurement of common office supplies for use in the Planning & Design section of this office. ABC:
Php1,052,292.00

i. Procurement of common office supplies for use in the Maintenance section of this office.
ABC: Php123,266.00

j. Procurement of common office supplies for use in the Office of the Resident Auditor of this office. ABC:
Php86,925.00

1. The Department of Public Works and Highway – Zamboanga City District Engineering Office, through the
CY: 2018 GOVERNMENT OF THE PHILIPPINES (GOP) intends to apply the sum of Php4,306,156.74 for the
common office supplies, being the Approved Budget for the Contract(ABC). Bids received in excess of the
ABC shall be automatically rejected at bid opening.

2. The Department of Public Works and Highway- Zamboanga City District Engineering Office, now invites
bids for the said contract.

3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary
“pass/fail” criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184,
otherwise known as the “Government Procurement Reform Act”.

Bidding is open to all interested bidders, preferably local bidders/ suppliers, subject to the conditions for
eligibility provided in the IRR of RA 9184.

4. Interested bidders may obtain further information from Department of Public Works and Highway –
Zamboanga City District Engineering Office and inspect the Bidding Documents at the address given below
during 8:00am - 5:00pm.

5. A complete set of Bidding Documents may be purchased by interested Bidders on November 10 –


November 29, 2018 from the address below and upon payment of a non-refundable fee for the Bidding
Documents in the amount of Php4,500

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
fee for the Bidding Documents not later than the submission of their bids.

6. The Department of Public Works and Highway – Zamboanga City District Engineering Office will hold a Pre-
Bid Conference on November 16, 2018, 2:00pm at DPWH-ZCDEO Conference Room, which shall be open to
all interested parties.

7. Bids must be delivered to the address below on or before November 29, 2018 @ 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.

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.

8. The DPWH-Zamboanga City District Engineering Office reserves the right to accept or reject any bid, to
annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring
any liability to the affected bidder or bidders.

9. For further information, please refer to:

DPWH-DEO BAC/Procurement unit


MCLL Highway, Divisoria, Zamboanga City7000
Tel. # 984-2451 Loc. 70010

------signed--------
ANTONIO A. GONZALES
BAC-Chairman

Pre-bid Conference

Date Time Venue


16/11/2018 1:00 AM DPWH-
ZCDEO
Conference
Room,
Divisoria
Zamboanga
City

Created by Erlinda Awing Gregorio


Date Created 10/11/2018

2.

Bid Notice Abstract


Invitation to Bid (ITB)
Reference Number 5747224

Procuring Entity DEVELOPMENT BANK OF THE PHILIPPINES - HEAD OFFICE

Title G-2018-25: PRODUCTION AND DELIVERY OF OFFICE UNIFORMS


(CY 2018 AND 2019) FOR THE EMPLOYEES OF THE DEVELOPMENT
BANK OF THE PHILIPPINES

Area of Delivery
Printable Version

Solicitation Number: G-2018-25 Status Active

Trade Agreement: Implementing Rules Associated Order


and Regulations Components

Procurement Mode: Public Bidding Bid Supplements 2

Classification: Goods Document Request 7


List
Category: Office Supplies and
Devices Date Published 25/10/2018

Approved Budget Last Updated / Time 09/11/2018 3:09 PM


PHP 32,406,000.00
for the Contract: Closing Date / Time 29/11/2018 9:00 AM
Delivery Period: 0 Day/s

Client Agency:

Contact Person: Alan C. Santos


Manager - Head, BAC
Secretariat
Corporate Services
Sector
6th Floor DBP Head
Office
Sen. Gil J. Puyat
corner Makati Avenues
Makati City
Metro Manila
Philippines 1200
63-2-8189511
Ext.2610
63-2-8125702
bacsecretariat@dbp.ph

Description
INVITATION TO BID

PRODUCTION AND DELIVERY OF OFFICE UNIFORMS (CY 2018 AND 2019) FOR THE EMPLOYEES
OF THE DEVELOPMENT BANK OF THE PHILIPPINES
Bid Reference No. G-2018-25

1. The Development Bank of the Philippines (DBP) intends to apply the sum of Thirty Two Million
Four Hundred Six Thousand Pesos (P32,406,000.00) inclusive of all applicable taxes and all
requirements specified in the Terms of Reference, being the Approved Budget for the Contract
(ABC).

2. The above ABC is based on the following number of employees:


2.1. Item 1: Male Office Uniforms
CY Number of Employees Budget per employee Total inclusive of VAT (in PhP)
2018 868 12,000.00 10,416,000.00
2019 174 6,000.00 1,044,000.00
Total 11,460,000.00

2.2. Item 2: Female Office Uniforms


CY Number of Employees Budget per employee Total inclusive of VAT (in PhP)
2018 1,587 12,000.00 19,044,000.00
2019 317 6,000.00 1,902,000.00
Total 20,946,000.00

3. Required uniforms as follows:


3.1. Male Office Uniforms
Male Employees Number Design/Description
Description Qty. per design
Staff including Messenger CY2018: 665

CY2019:
271 Set 1 Short-sleved barong Trubinized collar, half-open with computerized embroidery; shade
darker/lighter than the material
4
Formal pants
(Dark color to blend with barong) 3
Set 2 Long-sleved polo shirt with 4 neckties, medium width -2 inches (Trubinized collar, full
opening 4
Formal pants, Dark color; to blend with the barong 2
Coat with lining. Color to blend with long -sleeved polo shirt 1
Sub-total 14
Driver CY 2018:
54

CY 2019:
29 Set 1 Short -sleeved barong.
Trubinized collar; half-open with computerized embroidery; a shade darker/lighter than the
material 4
Pants. Color to match the short-sleeved barong 4
Set 2 Shirt jock. Short sleeves trubinized collar, full open 4
Pants. Color to match the shirt jocks 4
Sub-total 16
Maintenance CY 2018: 14 Set 1 Shirt jock. Short sleeves, trubinized collar, full open 8
Pants. Color to match the shirt jocks 8
Sub-total 16
Security Officers CY
2018:
7 Set 1 Long-sleeved barong. Trubinized collar; half-open with computerized embroidery; a shade
darker or lighter than the material 2
Short -sleeved barong. Trubinized collar; half-open with computerized embroidery; a shade darker
or lighter than the material 4
Pants. Color to match the long and short sleeved barong 4
Set 2 Polo Shirt. Trubinized collar with DBP Logo 4
Cargo pants (4 pockets). Color to match the polo shirt 2
Sub-total 16
Nurse (1 Male and 1 female) CY
2018:
2 Set 1 Scrub Suit (2 designs only) of high quality and wrinkle free 9
Cardigan 1
Sub-total 10

3.2. Female Office Uniforms


Female Employees Number Design/Description
Description Qty. per design
CY2018:
1,587

CY2019:
317 Set 1 Short sleeved dress with full lining. Corporate style preferably dark color; with 1-inch
allowance for adjustment, 1 design 3
Long sleeved tailored blazer with full lining. Color must blend with the color of dress 1
Set 2 Short sleeved blouse. Corporate style, preferably light color with 1 inch allowance for
adjustment (1 design) 4
Formal pants. Dark color 3
Long sleeved tailored blazer with full lining. Color to blend with blouse and pants
All fabrics to be used must be of high quality and wrinkle free 1
Sub-total 12

4. Bidders may bid for male or female uniforms or both uniforms.

5. Bidders must have completed a single contract of similar nature for each item being bid within
the last five (5) years equivalent to at least twenty five percent (25%) of the ABC of the item
being bid.

6. Bidders must submit at least two (2) prototype for each design or set of required uniform which
shall be subject to rating as follows:
Criteria Weight Rating System
Design 30% Prototypes shall be collegially ranked/rated by the TWG
5 points – Excellent
4 points – Very Satisfactory
3 points – Satisfactory
2 points – Acceptable
1 point – poor
Materials 35%
Workmanship 35%
Total 100%

7. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with


at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the
Philippines, and to citizens or organizations of a country the laws or regulations of which grant
similar rights or privileges to Filipino citizens, pursuant to RA 5183.

8. Bidding will be conducted through open competitive bidding procedures using a non-
discretionary “pass/fail” criterion as specified in the revised Implementing Rules and Regulations
(IRR) of Republic Act (RA) No. 9184, otherwise known as the “Government Procurement Reform
Act”. Post-qualification of the lowest calculated bid shall be conducted.

9. Following are the schedule of bidding activities:

Particulars Date Venue


Issuance and Availability of Bidding Documents Starting 25 October 2018
8:30 AM to 3:00 PM only
(excluding weekends and holidays) 6/F BAC Secretariat
DBP Head Office, Makati City
Pre-Bid Conference 8 November 2018 (Thursday)
11:30 AM Suite 5 Executive Lounge 12/F DBP Head Office, Makati City
Submission of Eligibility Documents, Technical and Financial Proposals 22 November 2018
(Thursday)
ON OR BEFORE 09:00 AM 6/F BAC Secretariat
DBP Head Office, Makati City
Opening of Eligibility Documents, Technical and Financial Proposals 22 November 2018 (Thursday)
9:30 AM Suite 5 Executive Lounge 12/F DBP Head Office, Makati City

10. A complete set of Bidding Documents may be acquired by interested Bidders from the BAC
Secretariat upon payment of non-refundable fee of Twenty-Five Thousand Pesos (P25,000.00),
pursuant to the latest guidelines issued by the GPPB. The Bidding Documents may also be
downloaded free of charge from the website of the Philippine Government Electronic Procurement
Service (www.philgeps.gov.ph) and from the DBP Website
(https://www.devbnkphl.com/invitation.php), provided that Bidders shall pay the applicable
Bidding Documents Fee not later than the submission of their bids.

11. The Pre-bid Conference shall be open to all interested parties. Bidders are advised to send
their authorized technical and/or administrative representatives who will prepare the bid
documents to ensure completeness and compliance of bids. Bidders are prohibited from recording
(audio, video or picture format) the proceedings of the Pre-Bid Conference.

12. Bids submitted after the deadline shall only be marked for purposes of recording the time of
submission to the DBP BAC Secretariat but shall not be accepted, thus, they shall be returned to
the bidder unopened and intact. All bids must be accompanied by a bid security in any of the
acceptable forms and amount.

13. Bidders are advised to regularly check the DBP and PhilGEPS websites for bid bulletins/
announcements regarding the project.

14. DBP reserves the right to accept or reject any bid, declare a failure of bidding, annul the
bidding process, reject all bids 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/s. Furthermore, DBP reserves the right to waive any minor defects and to accept
the proposal most advantageous to the Bank.

15. For further information, please contact:

DBP Bids and Awards Committee Secretariat


6/F Procurement and Facilities Management Group,
DBP Head Office, Sen. Gil J. Puyat corner
Makati Avenue, Makati City
Trunkline: (+632) 818-9511 local 2610 or 2606
Telefax: (+632) 812-5702
Email: bacsecretariat@dbp.ph
Bid Reference No. G-2018-25

VP RENE A. GAERLAN
Second Vice Chairperson
DBP Bids and Awards Committee

Pre-bid Conference

Date Time Venue


08/11/2018 11:00 AM Suite 5,
12/F
DBP
Head
Office,
Sen. Gil
Puyat
cor.
Makati
Avenue,
Makati
City
Remarks
Changes in the schedule of activities for the project.

Created by Alan C. Santos


Date Created 24/10/2018

3.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5776998

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - DAVAO DEL SUR 2ND

Title CID No. 18GLE0129|PR 18-10-0132 - Purchase of Common Office


Supplies Printer Consumables, Common Computer Supplies & Survey Equipment
& Accessories for Planning & Design Section. (4th Quarter)

Area of Delivery Printable


Davao Occidental
Version

Solicitation Number: CID No. 18GLE0129 PR Status Active


18-10-0132 Associated Components Order
Trade Agreement: Implementing Rules and Bid Supplements 0
Regulations
Document Request List 2
Procurement Mode: Public Bidding
Date Published 07/11/2018
Classification: Goods
Last Updated / Time 07/11/2018 12:00 AM
Category: Information Technology
Parts & Accessories & Closing Date / Time 28/11/2018 2:00 PM
Perip

Approved Budget for PHP 467,193.00


the Contract:

Delivery Period: 10 Day/s

Client Agency:

Contact Person: Eve Cedeño Lebrita


lebrita.eve@dpwh.gov.ph
Brgy. Buhangin, Malita
Malita
Davao Occidental
Philippines 8007
63-947-8200304
lebrita.eve@dpwh.gov.ph

Description
INVITATION TO BID FOR :

Purchase of Common Office Supplies Printer Consumables, Common Computer Supplies & Survey
Equipment & Accessories for Planning & Design Section. (4th Quarter)

The Department of Public Works and Highways Davao Occidental District Engineering Office, Buhangin, Malita,
Davao Occidental , through its Bids and Award Committee (BAC) for Goods, invites suppliers to submit bids
for the following Contract:

CID No. 18GLE0129 PR 18-10-0132

Contract Name : Purchase of Common Office Supplies Printer Consumables, Common Computer Supplies &
Survey Equipment & Accessories for Planning & Design Section. (4th Quarter)

Contract Location : Buhangin, Malita, Davao Occidental

Source of Funds : GAA 2018

Approved Budget for the Contract (ABC) : Php 467,193.00

Delivery Date of Goods / Contract Duration of Service : Ten (10) Calendar Days

The BAC is conducting the public bidding for this Contract in accordance with RA 9184 and its Implementing
Rules anf Regulations.

Bidder should have completed, within from the date of submission and receipt of bids, a contract similar to
the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in
Section IV. Instruction to Bidders.

To be eligible to bid for this Contract, a supplier must meet the following major requirements:

(a) Registration certificates from SEC, Department of Trade and Industry (DTI) for sole proprietorship, or CDA
for cooperatives;

(b) Mayor's / Business permit issued by the city of municipality where the principal place of business of the
prospective bidder is located or the equivalent document for exclusive economic zones or areas;

(c) Tax clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR;

(d) Filipino citizen or 60 % Filipino-Owned partnership/corporation;

(e) Completion of a similar contract costing at least 50% of the ABC within two (2) years; and
Procurement Activities
CID No. 18GLE0129 PR 18-10-0132
Page 2 of 3

(f) Net Financial Contracting Capacity (NFCC) at least equal to the ABC or the contract the NFCC computation,
a committed line of credit (CLC) specific to the contract to be bid from a universal or commercial bank.

The DPWH will use non-discretionary "pass/fail" criteria in the eligibility check, preliminary examination of
bids, evaluation of bids, post-qualification, and award.

The schedule of key procurement activities for this Contract is shown below:

Activity Time Place


1. Issuance/Downloading of Bidding Documents From November 07, 2018 Until 02:00 O'clock in the
afternoon of November 28, 2018 Hard copies at BAC Secretariat, Address. Downloading from DPWH website
www.dpwh.gov.ph, PhilGEPs websitewww.philgeps.gov.ph, and website of concerned foreign financing
institution

2. Pre-Bid Conference November 16, 2018 at 02:00 O'clock in the afternoon DPWH Davao Occidental District
Engineering Office, Buhangin, Malita, Davao Occidental

3.Receipt by the BAC of Bids Deadline : November 28, 2018 at 02:00 O'clock in the afternoon BAC, Buhangin,
Malita Davao Occidental

4. Opening of Bids November 28, 2018 at 02:00 O'clock in the afternoon BAC, BAC, Buhangin, Malita Davao
Occidental

Bidders shall pay the BAC a non-refundable fee of in the amount of Five Hundred Pesos Only (Php. 500.00)
for the Bidding Documents, upon securing hard copies of the Documents. Bidders that downloaded the
Documents from the DPWH website shall pay the fee upon submission of their bids. All Bids must be
accompained by a bid security in any of the acceptable forms and in the amount stated in Instruction to
Bidders.

The Department of the Public Works and Highways Davao Occidental District Engineering Office, Buhangin,
Malita, Davao Occidental reserves the right to accept or reject any bid and to annul the bidding process any
time before the Contract award, without incurring any liability to the affected bidders.
Procurement Activities
CID No. 18GLE0129 PR 18-10-0132
Page 3 of 3

Any request for additional information concerning this bidding shall be directed to the following:

DOMINGO C. DE LOS REYES, JR. CHERYL N. GODOY


BAC Chairman Head, BAC Secretariat
DPWH District Engineering Office DPWH District Engineering Office
Buhangin, Malita, Davao Occidental Buhangin, Malita, Davao Occidental
Contact No.: 09499239212 Contact No.: 09107704730

Approved by:
sgd.
DOMINGO C. DE LOS REYES, JR.
BAC Chairman

Noted by: sgd.


RODRIGO C. LARETE
OIC-District Engineer

Pre-bid Conference

Date Time Venue


16/11/2018 1:00 AM DPWH
Davao
Occidental
District
Engineering
Office,
Buhangin,
Malita,
Davao
Occidental

Created by Eve Cedeño Lebrita


Date Created 06/11/2018

3.

Bid Notice Abstract


Invitation to Bid (ITB)

Reference Number 5777779

Procuring Entity PHILIPPINE NATIONAL POLICE

Title ITB. 301000-61-2018 Office Supplies Expense

Area of Delivery Metro Manila Printable Version

Solicitation Number: 2018-1128-61 Status Active

Trade Agreement: Implementing Rules and Associated Order


Regulations Components

Procurement Mode: Public Bidding Bid Supplements 0

Classification: Goods Document Request 2


List
Category: Office Equipment Supplies
and Consumables Date Published 09/11/2018

Approved Budget for Last Updated / Time 09/11/2018 12:00 AM


PHP 750,000.00
the Contract: Closing Date / Time 28/11/2018 2:00 PM
Delivery Period: 15 Day/s

Client Agency:

Contact Person: Jose M. Go


Police Chief Inspector
Camp Crame
Quezon City
Metro Manila
Philippines
63-2-7230401 Ext.4282

go_jose13@yahoo.com.ph

Description
See attached associated component

Line Items
Item No. Product/Service Name Descrip

1 Office Supplies Expense Office Supplies Expense

Pre-bid Conference

Date Time Venue


16/11/2018 10:00 AM PSPG
Conference
Room,
PSPG
Building
Camp
BGen
Rafael T
Crame,
Quezon
City

Created by Jose M. Go
Date Created 06/11/2018

4.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5786218

Procuring Entity PROVINCE OF SORSOGON

Title Supply and Delivery of Various Office Supplies and Other Supplies

Area of Delivery Sorsogon Printable Version

Solicitation Number: G018011144 Status Active

Trade Agreement: Implementing Rules and Associated Order


Regulations Components

Procurement Mode: Public Bidding Bid Supplements 0

Classification: Goods Document Request 2


List
Category: Office Supplies and
Devices Date Published 09/11/2018

Approved Budget for Last Updated / Time 09/11/2018 12:00 AM


PHP 3,308,268.71
the Contract: Closing Date / Time 28/11/2018 2:00 PM
Delivery Period: 15 Day/s

Client Agency:

Contact Person: Marilou S Romero


BAC Secretariat
Capitol Compound
Sorsogon City
Sorsogon
Philippines 4700
63-56-09175930562

malouromero@ymail.com

Description
Bids received in excess of the ABC shall be automatically rejected at bid opening. The bidders should have
completed, within two (2) years from the date of submission and receipt of bids, at least one contract that is
similar to the Project.The description of an eligible bidder is contained in the Bidding Documents, particularly,
in Section II. Instruction to Bidders.
Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail
criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184),
otherwise known as the “Government Procurement Reform Act”.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least
seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.
Interested bidders may obtain further information from the Provincial Government of Sorsogon and inspect
the Bidding Documents at the address given below from 8:00 AM to 12:00 NN and 1:00 PM to 5:00 PM.
A complete set of Bidding Documents may be purchased by interested Bidders from the address below and
upon payment of a nonrefundable fee for the Bidding Documents in the amount of Php 2,400.00 to the
Provincial Treasurer’s Office.
The Provincial Government of Sorsogon will hold a Pre-Bid Conference for on November 16, 2018, 2:00
o’clock in the afternoon at BAC Office, PGSO, Capitol Compound, Sorsogon City which shall be open to all
interested parties.
Bids must be delivered to the address below on or before its Opening on November 28, 2018, 2 o’clock in the
afternoon at BAC Office, PGSO, Capitol Compound, Sorsogon City. All bids must be accompanied by a bid
security in any of the acceptable forms and in the amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders’ representatives who choose to attend at the above
address. Late bids shall not be accepted.
Interested bidder, upon submission of letter of intent is directed to bring with him and present to the
Committee the original copies of Department of Trade and Industry (DTI) Certificate, Mayor’s Permit, and Tax
Clearance Certificate.
Further, should a person will represent the supplier, he must be duly authorized by the latter through a duly
notarized Special Power of Attorney

and bring with him the above stated documents to be presented to the Committee for the purpose of
verification of its authenticity.
The Provincial Government of Sorsogon reserves the right to accept or reject any bid, to annul the bidding
process, and to reject all bids at any time prior
to contract award, without thereby incurring any liability to the affected bidder or bidders.

JURITA G. NARVADEZ
BAC Chairman

Line Items
Item No. Product/Service Name

1 Supply and Delivery of Office & Other Supplies Various Office and Othe

Pre-bid Conference

Date Time Venue


16/11/2018 2:00 PM BAC
Office,
PGSO
Capitol
Compound
Sorsogon
City

Created by Arthur Molenilla Balmadrid


Date Created 08/11/2018

5.
Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5788878

Procuring Entity CITY OF DAVAO, DAVAO DEL SUR

Title INVITATION TO BID FOR OFFICE SUPPLIES AND MATERIALS (BID


NO. 181128-03)

Area of Delivery Printable


Davao Del Sur
Version

Solicitation Number: DVO-181128-03 Status Active

Trade Agreement: Implementing Rules and Associated Components Order


Regulations Bid Supplements 0
Procurement Mode: Public Bidding Document Request List 0
Classification: Goods Date Published 09/11/2018
Category: Educational Materials and Last Updated / Time 09/11/2018 12:00 AM
Supplies
Closing Date / Time 28/11/2018 12:00 PM
Approved Budget for PHP 3,059,705.50
the Contract:

Delivery Period: 0 Day/s

Client Agency:

Contact Person: Carmelita Seto Bangayan


Assistant City General
Services Officer
City Hall of Davao-GSO,
City Hall Drive
San Pedro Street
Davao City
Davao City
Davao Del Sur
Philippines 8000
63-82-2276055

carrie_mor@yahoo.com

Description
CITY MAYOR'S OFC

>> 31,063 Set/s School Kit :

6 Pcs. Notebook (Non-Spiral)


2 Pcs. Ballpen, Blue and Black
1 Pc. Plastic Envelope, Short, Clear
1 Pc. Pencil (Durable)
1 Pc. Eraser, Rubber
1 Pc. Sharpener
1 Pc. Ruler, Plastic 12"

TERMS & CONDITION

1. Prospective bidders must present a sample of each item they are offering during post qualification 2.
Prospective bidders must have an established store in Davao City for at least Ten (10) years. 3. All quoted
prices shall be inclusive of VAT. 4. All quoted items shall be brand new.
Place of Delivery: Rm. 19, City Mayor's Office Delivery period: 30 days upon receipt of approved P.O.

Please see attached file on associated components or BAC website


http://davaocityportal.com/citydoc2017/interface/invitationtobid.php for the complete descriptions, terms of
conditions and terms of references.

Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail”
criterion as specified in the Revised Implementing Rules and Regulations of Republic Act 9184 otherwise
known as the Government Procurement Reform Act.

Interested bidders may obtain further information from the BAC Office starting November 9, 2018. Bid/tender
documents may be secured by interested bidders from the above mentioned office starting November 9, 2018
until November 28, 2018 (AM only) upon payment of a non-refundable fee in the form of Cash or
Cashier’s/Manager’s Check payable to the City Government of Davao – Bids and Awards Committee (BAC).

All particulars relative to eligibility requirements and posting of bid security, performance bond, pre-bidding
conference, examination and evaluation of bids, post qualification and the issuance of the Notices of Award
and To Proceed and delivery shall be governed by the pertinent provisions of R.A. 9184 and its Revised
Implementing Rules and Regulations (IRR).

The City Government of Davao assumes no responsibility whatsoever to compensate or indemnify bidders for
any expenses incurred in the preparation of their bids and reserves the right to reject any and all bids, waive
minor defects therein and accept the offer most advantageous to the government.

For further inquiries, please call BAC office at the following numbers: (082) 227-9729 / 241-1000 Local 275

Issuance and Availability of Bidding Documents: November 9 – November 28 (AM), 2018

Pre-bid Conference: November 16, 2018 at 2:00 P.M.


Ground floor, BAC Conference Room, City Hall, Davao City

Dropping of Bids: November 28, 2018 (not later than 12:00 noon)
Ground floor, BAC Conference Room, City Hall, Davao City

Opening of Bids: November 28, 2018 at 2:00 P.M.


Ground floor, BAC Conference Room, City Hall, Davao City

(SGD) ERWIN P. ALPARAQUE


BAC-CHAIRMAN (Goods and Service)

Pre-bid Conference

Date Time Venue


16/11/2018 2:00 PM Ground
floor, BAC
Conference
Room, City
Hall,
Davao City
Created by Carmelita Seto Bangayan
Date Created 08/11/2018

6.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5788893

Procuring Entity MUNICIPALITY OF LABANGAN, ZAMBOANGA DEL SUR

Title PURCHASE OF OFFICE SUPPLIES

Area of Delivery Printable


Zamboanga Del Sur
Version

Solicitation 2018-199 Status Active


Number: Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 0
Procurement Public Bidding Document Request 0
Mode: List
Classification: Goods Date Published 09/11/2018
Category: Office Equipment Supplies Last Updated / Time 09/11/2018 12:00 AM
and Consumables
Closing Date / Time 28/11/2018 11:00 AM
Approved Budget PHP 28,861.00
for the Contract:

Delivery Period: 30 Day/s

Client Agency:

Contact Person: ESTRELLA E. VINO


BAC SECRETARIAT
Lower Campo Islam,
Labangan, Zamboanga
del Sur
Labangan
Zamboanga Del Sur
Philippines 7017
63-905-4795995

bac.labangan@yahoo.com
Description
Bidding will be conducted through open competitive bidding procedures as specified in the
Implementing Rules and Regulation (IRR) of Republic Act No. 9184 (R.A. 9184), otherwise known
as the Government Procurement Reform Act.

Pre-bid Conference

Date Time Venue


21/11/2018 1:00 PM BIDS AND
AWARDS
COMMITTEE
(BAC)
OFFICE,
LABANGAN,
ZDS

Other Information
Bidding Documents may be purchased by the Interested Bidders on November 13 - 14, 2018 from
8:00 A.M to 5:00 P.M. and upon payment of non - refundable fee of Five Hundred Pesos (Php
500.00).

Requirement:

1. Letter of Intent

Created by ESTRELLA E. VINO


Date Created 08/11/2018

7.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5772852

Procuring Entity MUNICIPALITY OF BAROTAC NUEVO, ILOILO

Title Purchase of office supplies ( MPDO,RHU, SLAUGHTERHOUSE)

Area of Delivery Printable


Iloilo
Version

Solicitation Number: 3-01-009-5-02-03-010- Status Active

Associated Components Order


10-586-18 et.al. Bid Supplements 0

Trade Agreement: Implementing Rules and Document Request List 0


Regulations Date Published 09/11/2018
Procurement Mode: Public Bidding Last Updated / Time 09/11/2018 12:00 AM
Classification: Goods Closing Date / Time 28/11/2018 10:10 AM
Category: Office Supplies and
Devices

Approved Budget for PHP 59,063.00


the Contract:

Delivery Period: 10 Day/s

Client Agency:

Contact Person: Modesto Buenavides


Talon
Head, BAC Secretariat
Cartagena Street
Barotac Nuevo
Iloilo
Philippines 5007
63-033-3610225

modestalon@yahoo.com

Description
Purchase of various office supplies

PR# 3-01-009-5-02-03-010-10-586-18/ MPDO = 15,748.00


PR# 3-01-011-5-02-03-010-10-521-18/ RHU = 18,931.50
PR# 3-03-014-5-02-03-990-10-533-18/ Slaughterhouse = 24,383.50

TOTAL 59,063.00

Prospective bidders should have experience in undertaking a similar project within the last ( 2 years) with an
amount of at least 50% for non-expendable supplies and 25 % for expendable supplies of the project to be
bid. The Eligibility check/screening as well as the Preliminary Examination of Bids shall use a non-
discretionary "pass/fail" criteria. Post-Qualification of the Lowest Calculated Bid shall be conducted.

Statement of the prospective bidder's Single Largest Completed Contract (SLCC) similar to the contract to be
bid, except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of this IRR, within the relevant
period as provided in the Bidding Documents in the case of goods.

All particulars relative to Eligibility Statement and Screening, Bid Security, Performance Security, Pre- Bid
Conference (s),Evaluation of Bids, Post Qualification and Award of Contract shall governed by the pertinent
provisions of R.A. 9184 and its Implementing Rules and Regulations ( IRR).

The complete schedule of activities are listed as follows:

Activities Schedule

1. Start of the issuance of Bid Documents November 9, 2018


2. Pre- Bid Conference November 16, 2018
3. Deadline for the submission of Eligibility requirement for Bidders November 28, 2018
4. Deadline for the submission of tender November 28, 2018- 10AM
5.. Opening of Bids November 28, 2018- 10AM

Bid documents will be available only to prospective bidders upon payment of a non- refundable amount of
Five Hundred Pesos (500.00) Only to the Local Government Unit, Barotac Nuevo, Iloilo.
The LGU, Barotac Nuevo, Iloilo assumes no responsibility whatsoever to compensate or indemnify bidders for
any
expenses incurred in the preparation of the bid.

Inclusive dates of Posting:


BAC Bulletin Board, Municipal Hall
Barotac Nuevo, Iloilo November 9-28, 2018

PHILGEPS November 9-28, 2018

APPROVED:

ATTY. REYNOLD A. PEREZ


Chairman, BAC

Posted by:

MODESTO B. TALON
Head, BAC Secretariat

Pre-bid Conference

Date Time Venue


16/11/2018 10:00 AM Bids and
Awards
Committee
office
Municipality
of Barotac
Nuevo
5007 Iloilo
Tel No.
3610-225

Created by Modesto Buenavides Talon


Date Created 05/11/2018

8.

Bid Notice Abstract


Invitation to Bid (ITB)

Reference Number 5778055

Procuring Entity PHILIPPINE VETERANS AFFAIRS OFFICE, DND

Title Supply and Delivery of Materials for the Production of PVAO


Pensioners ID Cards for CY 2019

Area of Delivery
Printable Version

Solicitation PVAO-PB-15-VETERANSID- Status Active


Number: 2019 Associated Components Order
Trade Agreement: Implementing Rules and Bid Supplements 0
Regulations
Document Request List 10
Procurement Public Bidding
Mode: Date Published 07/11/2018

Classification: Goods Last Updated / Time 07/11/2018 12:00 AM

Category: Office Supplies and Devices Closing Date / Time 28/11/2018 10:00 AM

Approved Budget PHP 1,505,000.00


for the Contract:

Delivery Period: 0 Day/s

Client Agency:

Contact Person: Diomedes C Palor


Head, Procurement
Management Section
Camp Gen. Emilio Aguinaldo,
Quezon City
Metro Manila
Philippines 1110
63-02-4012058 Ext.1234
63-02-9124762
pvaoprocurement@yahoo.com

Description
Republic of the Philippines
Department of National Defense
PHILIPPINE VETERANS AFFAIRS OFFICE
Veterans Compound
Camp General Emilio Aguinaldo, Quezon City

INVITATION TO BID FOR

SUPPLY AND DELIVERY OF MATERIALS FOR THE PRODUCTION OF PVAO PENSIONERS ID CARDS FOR CY 2019

1. The Philippine Veterans Affairs Office (PVAO) through the General Appropriations Act (GAA) of 2019 intends
to apply the sum of One Million Five Hundred Five Thousand Pesos (Php1,505,000.00) being the Approved
Budget for the Contract (ABC) to payments under the contract for Supply and Delivery of Materials for the
Printing of PVAO Pensioners ID Cards for CY 2019.
2. The PVAO now invites bids for Supply and Delivery of Materials for the Production of PVAO Pensioners ID
Cards for CY 2019. Delivery of the Goods is required in accordance with terms specified in Section VI.
Schedule of Requirements. Bidders should have completed, within five (5) years from the date of submission
and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the
Bidding Documents, particularly, in Section II. Instructions to Bidders.

3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary
“pass/fail” criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic
Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to
Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest
or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a
country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA
5183.

4. Interested bidders may obtain further information from PVAO BAC-Secretariat and inspect the Bidding
Documents at the address given below during 8:00 o’clock in the morning to 5:00 o’clock in the afternoon
Mondays thru Fridays.

5. A complete set of Bidding Documents may be acquired by interested Bidders on 07 – 28 November 2018
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 Three Thousand Pesos (Php3,000.00).

It may also be downloaded free of charge from the website of the Philippine Government Electronic
Procurement System (PhilGEPS) and PVAO website: www.pvao.gov.ph, provided that Bidders shall pay the
applicable fee for the Bidding Documents not later than the submission of their bids.

6. The PVAO will hold a Pre-Bid Conference on 15 November 2018 at 10:00 am at LAD Conference Room,
Veterans Compound, Camp General Emilio Aguinaldo, Quezon 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 28 November 2018 at
10:00 am. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount
stated in ITB Clause 18.

Bid opening shall be on 28 November 2018 at 10:01 am at LAD Conference Room, Veterans Compound,
Camp General Emilio Aguinaldo, Quezon 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.

8. Bids shall be prepared in five (5) copies: one (1) original or certified true copy and four (4) photocopies. It
shall be prepared using the appropriate Bid forms provided in Section VIII of the Bidding documents furnish in
strict compliance to the requirements of RA 9184.

9. The PVAO 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.

10. For further information, please refer to:

Engr. Diomedes C. Palor


Head, PVAO BAC Secretariat
Telephone Number: 912-4649

PVAO-Bids and Awards Committee Secretariat


2nd Floor Building No. 4 (Procurement Office)
Philippine Veterans Affairs Office
Veterans Compound, Camp General Emilio Aguinaldo,
Quezon City

ATTY. ROLANDO D. VILLAFLOR


Chairman, PVAO Bids and Award Committee

Pre-bid Conference
Date Time Venue
15/11/2018 10:00 AM LAD
Conference
Room,
Veterans
Compound,
Camp
General
Emilio
Aguinaldo,
Quezon
City

Other Information
https://goo.gl/yLRjzm

Created by Diomedes C Palor


Date Created 06/11/2018

9.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5779036

Procuring Entity PROCUREMENT SERVICE

Title PB No. 18-370-3 Supply and Delivery of Paper, Multicopy, A4 for


the Procurement Service

Area of Delivery
Printable Version

Solicitation Number: PB No. 18-370-3 Status Active

Trade Agreement: Implementing Rules and Associated Order


Regulations Components

Procurement Mode: Public Bidding Bid Supplements 0

Classification: Goods Document Request 7


List
Category: Office Supplies and
Devices Date Published 07/11/2018

Approved Budget for Last Updated / Time 07/11/2018 12:00 AM


PHP 130,171,720.00
the Contract: Closing Date / Time 28/11/2018 10:00 AM
Delivery Period: 0 Day/s

Client Agency:

Contact Person: Sharon Baile


PMO IV
Procurement Service
PS Compound, RR Road,
Cristobal St., Paco Manila
Manila
Metro Manila
Philippines 1007
63-2-6897750

sybaile@ps-
philgeps.gov.ph

Description
INVITATION TO BID
FOR THE
Supply and Delivery of Paper, Multicopy, A4
for the Procurement Service
PUBLIC BIDDING NO. 18-370-3
FUNDING SOURCE: APPROVED BUDGET OF THE PROCUREMENT SERVICE

1. The PROCUREMENT SERVICE invites PhilGEPS registered suppliers to bid for the following items:
pLot No. Quantity Item/Description Approved Budget for the Contract Price of Bid Documents Delivery Period
1 765,716 reams PAPER, MULTICOPY, 80gsm (-3%), A4, 210mm x 297mm P130,171,720.00 14,000.00
Please refer to Section VI. Schedule of Requirements

Bidders should have completed, within Five (5) years from the date of submission and receipt of bids, a
contract similar to the Project.

2. The summary of the bidding activities is as follows:


Advertisement/Posting of Invitation to Bid November 7, 2018
Issuance and Availability of Bid Documents November 7, 2018
Pre-Bid Conference Wednesday, November 14, 2018, 10:00AM
Last day of Submission of Written Clarification November 16, 2018
Last day of Issuance of Bid Bulletin November 21, 2018
Deadline of Submission of Bids Wednesday, November 28, 2018, 10:00AM
Opening of Bids Immediately after the Deadline of Submission of Bids

3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary
“pass/fail” criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184,
otherwise known as the “Government Procurement Reform Act”.

4. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least


sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to
citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to
Filipino citizens, pursuant to RA 5183 and subject to Commonwealth Act 138.

5. Interested bidders may obtain further information from the Procurement Service and inspect the Bidding
Documents at the address given below during office hours.

A complete set of Bidding Documents may be acquired by interested Bidders from the PS Cashier’s Office and
upon payment of a nonrefundable fee in amounts pursuant to the Schedule.

It may also be downloaded free of charge from the website of the Philippine Government Electronic
Procurement System (PhilGEPS), provided that Bidders shall pay the nonrefundable fee for the Bidding
Documents not later than the submission of their bids.

6. The PROCUREMENT SERVICE will hold a Pre-Bid Conference on Wednesday, November 14, 2018, 10:00AM
which shall be open to all interested parties.

7. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in
ITB Clause 18.

Bid opening shall be conducted on Wednesday, November 28, 2018, 10:00AM at the Bidding Room,
Conference Room, Procurement Service, Cristobal St., Paco, Manila. Bids will be opened in the presence of the
Bidders’ representatives who choose to attend the opening. Late bids shall not be accepted. Unsealed or
unmarked bid envelopes shall be rejected also.

8. Bidders shall drop their duly accomplished eligibility requirements, technical and financial proposals in two
separate sealed envelopes in the designated bid box located at the Bidding Room.

9. The PROCUREMENT SERVICE reserves the right to accept or reject any bid, to annul the bidding process,
and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected
bidder or bidders.

10. For further information, please refer to:

The Procurement Division 3


Procurement Service
RR Road, Cristobal St., Paco, Manila
689-7750 loc. 4021
pd3@ps-philgeps.gov.ph

ENGR. EDWARD R. SADDI


Chairperson
Bids and Awards Committee 3

Line Items
Item No. Product/Service Name

1 PAPER, MULTICOPY, 80gsm (-3%), A4, 210mm x 297mm

Created by Sharon Baile


Date Created 06/11/2018

10.

Bid Notice Abstract


Invitation to Bid (ITB)
Reference Number 5782041

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - ILOILO CITY DEO

Title Supply and Delivery of Infra-related Goods of Materials and


Equipment for the Maintenance of MIWD Restoration Works for the
use of Maintenance Section, DPWH - ICDEO

Area of Delivery Printable


Iloilo
Version

Solicitation Number: 18GGJ0048 Status Active

Trade Agreement: Implementing Rules Associated Order


and Regulations Components

Procurement Mode: Public Bidding Bid Supplements 0

Classification: Goods Document Request 1


List
Category: Office Supplies and
Devices Date Published 08/11/2018

Approved Budget Last Updated / Time 08/11/2018 12:00 AM


PHP 312,884.86
for the Contract: Closing Date / Time 28/11/2018 10:00 AM
Delivery Period: 30 Day/s

Client Agency:

Contact Person: Gerardo G Parra, Jr.


BAC Chairman
Fort San Pedro Road,
Iloilo City
Iloilo
Philippines
63-033-3378387
63-337-8387
icdeobac@yahoo.com

Description
INVITATION TO BID FOR 18GGJ0048– Supply and Delivery of Infra-related Goods of Materials and
Equipment for the Maintenance of MIWD Restoration Works for the use of Maintenance Section,
DPWH - ICDEO.

The Department of Public Works and Highways – Iloilo City District Engineering Office, through its
Bids and Awards Committee (BAC) for Goods, invites suppliers to submitbids for the following
Contract:

Contract Name : Supply and Delivery of Infra-related Goods of Materials and Equipment for the
Maintenance of MIWD Restoration Works for the use of Maintenance Section, DPWH - ICDEO.
Contract Location : Iloilo City
Brief Description of Goods to be procured : Materials and Equipment
Approved Budget for the Contract (ABC) : PhP312,884.86
Source of Funds : GAA 2018
Delivery Date of Goods/Contract Duration of Service : within 30 days upon receipt of Notice to
Proceed

The BAC is conducting the public bidding for this Contract in accordance with RA 9184 andits
Implementing Rules and Regulations.

Bidders should have completed, within from the date of submission and receipt of bids, acontract
similar to the Project. The description of an eligible bidder is contained in the BiddingDocuments,
particularly, in Section IV. Instructions to Bidders.

To be eligible to bid for this Contract, a supplier must meet the following major requirements:

(a) Registration certificate from SEC, Department of Trade and Industry (DTI) forsole
proprietorship, or CDA for cooperatives;
(b) Mayor’s/Business permit issued by the city or municipality where the principalplace of business
of the prospective bidder is located or the equivalent documentfor exclusive economic zones or
areas;
(c) Tax clearance per Executive Order 398, Series of 2005, as finally reviewed andapproved by the
BIR;
(d) Filipino citizen or 60% Filipino-owned partnership/corporation;
(e) Completion of a similar contract costing at least 50% of the ABC within [insertrelevant
period]; and
(f) Net Financial Contracting Capacity (NFCC) at least equal to the ABC or in lieu ofthe NFCC
computation, a committed line of credit (CLC) specific to the contractto be bid from a universal or
commercial bank.

The DPWH will use non-discretionary “pass/fail” criteria in the eligibility check,
preliminaryexamination of bids, evaluation of bids, post-qualification, and award.

The schedule of key procurement activities for this Contract is shown below:

Activity Time Place


1. Issuance/Downloading of Bidding Documents Nov. 8 - 28, 2018 Hard copies at BAC Secretariat,
DPWH-Iloilo City District Engineering Office, Fort San Pedro Road, Iloilo City. Downloading from
DPWH
website www.dpwh.gov.ph,
PhilGEPs
Websitewww.philgeps.gov.ph, and
website of concerned foreign
financing institution
2. Pre-Bid Conference Nov. 15, 2018 @ 10:00 A.M. BAC, DPWH-Iloilo City District Engineering
Office, Fort San Pedro Road, Iloilo City
3. Receipt by the BAC of Bids Deadline: On or Before 10:00 A.M. of Nov. 28, 2018 BAC, DPWH-
Iloilo City District Engineering Office, Fort San Pedro Road, Iloilo City
4. Opening of Bids 10:01 A.M. of Nov. 28, 2018 BAC, DPWH-Iloilo City District Engineering Office,
Fort San Pedro Road, Iloilo City

Bidders shall pay the BAC a non-refundable fee of in the amount of Five Hundred Pesos Only (PhP
500.00) for the Bidding Documents, upon securing hard copies of the Documents. Bidders that
downloaded the Documents from the DPWH website shall pay the fee upon submission of their
bids. All Bids must be accompanied by a bid security in any of the acceptable forms and in the
amount stated in Instruction to Bidders.

The Department of Public Works and Highways – Iloilo City District Engineering Office, reserves
the right to accept or reject any bid and to annul the bidding process anytime before the Contract
award, without incurring any liability to the affected bidders.

Any requests for additional information concerning this bidding shall be directed to the following:

GERARDO G. PARRA, JR.


Department of Public Works and Highways
Iloilo City District Engineering Office
Fort San Pedro Road, Iloilo City
Tel No. : 033-3373263
Fax : 033-3378387
dpwh.icdeo@yahoo.com

Approved by:
Dates of Publication: Nov. 8 - 14, 2018 GERARDO G. PARRA, JR.
BAC Chairman

Pre-bid Conference

Date Time Venue


15/11/2018 10:00 AM BAC,
DPWH-
Iloilo City
District
Engineering
Office, Fort
San Pedro
Road, Iloilo
City

Created by Gerardo G Parra, Jr.


Date Created 07/11/2018

INFRASTRUCTURE
BELOW 5 MILLION PROJECT COST

1.
Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5794144

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - NEGROS ORIENTAL 2N

Title Local Funded Projects-Buildings and Other Structures-Multi-Purpose/ Facilities-


Local Infrastructure Program-Construction of Multi-purpose Building, San Jose
Central School, San Jose, Negros Oriental.

Area of Delivery Printable


Negros Oriental
Version

Solicitation Number: 19HK0051 Status Active

Trade Agreement: Implementing Rules and Associated Components Order


Regulations Bid Supplements 0
Procurement Mode: Public Bidding Document Request List 1
Classification: Civil Works Date Published 12/11/2018
Category: Construction Projects Last Updated / Time 12/11/2018 12:00 AM
Approved Budget for PHP 2,475,000.00 Closing Date / Time 03/12/2018 10:00 AM
the Contract:

Contract Duration: 117 Day/s

Client Agency:

Contact Person: Pilar Balbuena Quinico


Clerk III
Capitol Area, Taclobo
Dumaguete City
Negros Oriental
Philippines 6200
63-35-2252540 Ext.3605
63-35-2254836
pilarquinico@yahoo.com

Description
Local Funded Projects-Buildings and Other Structures-Multi-Purpose/ Facilities-
Local Infrastructure Program-Construction of Multi-purpose Building, San Jose Central School, San Jose,
Negros Oriental.

Location of the Contract: San Jose, Negros Oriental


Brief Description: Construction of Multi-Purpose Building
Source of Funds and Year: FY 2019
Approved Budget for the Contract (ABC): Php2,475,000.00
Contract Duration: 117 Calendar Days
Cost of Bidding Documents: Php5,000.00

Issuance/Downloading of Bidding Documents: November 12-December 3, 2018


Pre-bid Conference: November 20, 2018.
Deadline for the submission of Bids: December 3, 2018 at 10:00 AM.
Opening of Bids: December 3, 2018 at 10:30 A.M.

Pre-bid Conference

Date Time Venue


20/11/2018 10:00 AM Office of the
OIC
Assistant
District
Engineer
DPWH
Negros
Oriental 2nd
DEO
Cangmating,
Sibulan,
Negros
Oriental

Other Information
https://goo.gl/Um5gFG
https://goo.gl/gjGMM3

Created by Pilar Balbuena Quinico


Date Created 09/11/2018

2.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5778920

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - SOUTHERN LEYTE DEO

Title 19IL0017 (LOCAL ROADS AND BRIDGES-LOCAL ROADS-


LOCAL INFRASTRUCTURE PROGRAM/CONSTRUCTION OF ROAD, BRGY. LIB-OG,
PUROK TUGAS, MAASIN CITY, SOUTHERN LEYTE, MAASIN CITY, SOUTHERN LEYTE)

Area of Delivery Southern Leyte Printable Version

Solicitation Number: 19IL0017 Status Active

Trade Agreement: Implementing Rules and Associated Order


Regulations Components

Bid Supplements 0
Procurement Mode: Public Bidding Document Request 1
List
Classification: Civil Works
Date Published 08/11/2018
Category: Construction Projects
Last Updated / Time 08/11/2018 12:00 AM
Approved Budget for PHP 2,829,442.00
the Contract: Closing Date / Time 29/11/2018 10:01 AM

Contract Duration: 105 Day/s

Client Agency:

Contact Person: Maricor Melorin Carbonilla


Engineer II
DPWH, Capitol Hills,
Asuncion
Maasin City
Southern Leyte
Philippines 6600
63-053-3812143
63-053-3812143
bacsled@yahoo.com

Description
Concrete Paving of L=0.330 Lane Km., Width=5.0m, Thk=0.23m, Installation of Slope Protection Works

Line Items
Item No. Product/Service Name Description

1 19IL0017 (LOCAL ROADS AND Infra. Project 19IL0017 (LOCAL ROADS AND BRIDGES-LOCAL ROADS-LOCAL I
BRIDGES-LOCAL ROADS-LOCA OF ROAD, BRGY. LIB-OG, PUROK TUGAS, MAASIN CITY, SOUTHERN LEYTE, MA

Pre-bid Conference

Date Time Venue


15/11/2018 2:00 PM DPWH
Multi-
Purpose
Hall
DPWH,
Asuncion,
Maasin
City,
Southern
Leyte

Other Information
https://goo.gl/FuyUrb

Created by Maricor Melorin Carbonilla


Date Created 06/11/2018

3.

Bid Notice Abstract


Invitation to Bid (ITB)

Reference Number 5789612

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - SOUTH COTABATO DEO

Title LS-2018-0043 Leasing of Service Vehicle Chargeable to Engineering and


Administrative Overhead (EAO) for Construction Section to be used for project
supervision and inspection of Regular Infrastructure

Area of Delivery Printable


South Cotabato
Version

Solicitation Number: LS-2018-0043 Status Active

Trade Agreement: Implementing Rules and Associated Components Order


Regulations Bid Supplements 0
Procurement Mode: Public Bidding Document Request List 0
Classification: Goods Date Published 10/11/2018
Category: Lease and Rental of Last Updated / Time 10/11/2018 12:00 AM
Property or Building
Closing Date / Time 29/11/2018 10:00 AM
Approved Budget for PHP 244,113.60
the Contract:

Delivery Period: 15 Day/s

Client Agency:

Contact Person: Hannah F Artil


BAC Secretariat Member
Alunan Ave.,
Koronadal City
South Cotabato
Philippines 9506
63-83-2283200
63-83-2282334
artil_hannah@yahoo.com.ph

Description
Rental of one (1) unit service vehicle

Pre-bid Conference

Date Time Venue


19/11/2018 9:00 AM Conference
Room,
DPWH,
Koronadal
City

Created by Hannah F Artil


Date Created 08/11/2018

4.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5798601

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - ALBAY 2ND


DEO

Title Local Infrastructure Program: Construction of Multi-Purpose


Building, Brgy. Pandan, Daraga, Albay

Area of Delivery Albay Printable Version

Solicitation 19FB0070 Status Active


Number: Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 0
Procurement Public Bidding Document Request 10
Mode: List
Classification: Civil Works Date Published 13/11/2018
Category: Construction Projects Last Updated / 13/11/2018 12:00
Approved Time AM
PHP 4,950,000.00
Budget for Closing Date / 28/11/2018 10:00
the Contract: Time AM
Contract 120 Day/s
Duration:

Client
Agency:

Contact Gene Ryan A. Altea


Person: Chief, Planning & Design Section
(BAC Chairman)
RES V Compound, Airport Site
Legazpi City
Albay
Philippines 4500
63-480-0790

procurement.albay2nd@gmail.com
Description
Location : Daraga, Albay

Scope of Work : Construction of 15 x 20m Multi-Purpose Building

Pre-bid Conference

Date Time Venue


16/11/2018 10:00 AM Procurement
Unit DPWH-
Albay 2nd
District
Engineering
Office RES V
Compound,
Airport Site,
Legazpi
City, Albay
4500

Other Information
Cost of Bid Docs : Php 5,000.00
Receipt of Bids : November 28, 2018 until 10:00am
Opening of Bids : November 28, 2018 at 10:30am or immediately after online Eligibility Screening
through CWA

Created by Gene Ryan A. Altea


Date Created 12/11/2018

5.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5777681

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - CARMONA

Title 19DQ0016 Local Program – Construction/ Repair/Rehabilitation/ Improvement of


Various Infrastructure including Local Projects – Flood Control and Drainage/
Protection Works – Construction/ Rehabilitati

Area of Delivery Cavite Printable Version

Solicitation Number: 19DQ0016 Status Active

Trade Agreement: Implementing Rules and Associated Order


Regulations Components

Procurement Mode: Public Bidding Bid Supplements 0

Document Request 3
Classification: Civil Works List

Category: Construction Projects Date Published 07/11/2018

Approved Budget for Last Updated / Time 07/11/2018 12:00 AM


PHP 999,997.73
the Contract: Closing Date / Time 28/11/2018 10:00 AM
Contract Duration: 45 Day/s

Client Agency:

Contact Person: Ramil L. Juliano


Bac Secretariat
People's Technology
Complex, Governors Drive
Carmona
Cavite
Philippines 4116
63-2-09175066579

cavitesub410@gmail.com

Description
INVITATION TO BID

The Department of Public Works and Highways (DPWH), Cavite Sub-District Engineering Office, Carmona,
Cavite through its Bids and Awards Committee (BAC), invites contractors to submit bids for the following
Contract:

1.
Contract I.D. No.: 19DQ0016
Contract Name: Local Program – Construction/ Repair/Rehabilitation/ Improvement of
Various Infrastructure including Local Projects – Flood Control and Drainage/ Protection Works –
Construction/ Rehabilitation of Retaining Wall, San Jose CHS, Brgy. San Jose, General Mariano Alvarez, Cavite
Contract Location: General Mariano Alvarez, Cavite
Brief Description: Flood Control: Construction – Slope Protection using Structural Measures
Approved Budget for the Contract (ABC): Php 999,997.73
Source of Funds: RLIP FY 2019
Contract Duration: 45 calendar days

The BAC is conducting the public bidding for this Contract in accordance with Republic Act No. 9184 and its
Implementing Rules and Regulations (IRR).

To be eligible to bid for this Contract, a contractor must meet the following major requirements: (a) Filipino
Citizen or 75% Filipino-owned partnership/corporation with PCAB license for Size Small A for Contract ID No.
19DQ0016, Size Small B for Contract ID Nos. 19DQ0017 to 19DQ0018 and Size Medium A for Contract ID
Nos. 19DQ0019 to 19DQ0020 (b) completion of similar contract costing at least 50% of the ABC, and (c) Net
Financial Contracting Capacity (NFCC) at least equal to the ABC.

The DPWH will use non-discretionary “pass/fail” criteria in the eligibility check, preliminary examination of
bids, evaluation of bids, post-qualification, and award.

If at the time of the Post Qualification procedure, the BAC verifies that any of the deficiencies is due to the
contractor’s fault or negligence pursuant to 34.4 (b)(ii)(c) of the 2016 Revised Implementing Rules and
Regulations of Republic Act No. 9184 (29016 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.

The schedule of key procurement activities for this Contract is shown below:

ACTIVITY
TIME
PLACE
1. Issuance/ Downloading of Bidding Documents
November 6, 2018 to
November 28, 2018
*Hard Copies at BAC Secretariat, DPWH, Cavite Sub-DEO, Carmona, Cavite
*Downloadable from (a) DPWH Website www.dpwh.gov.ph, (b) PHILGEPS website www.philgeps.gov.ph

2. Pre-bid Conference
November 13, 2018
at 10:00 A.M.
Conference Room, DPWH, Cavite Sub-DEO, Carmona, Cavite

3. Receipt by the BAC of Bids

Deadline: 10:00 A.M., November 28, 2018


Bids and Award Committee, DPWH, Cavite,Sub-DEO, Carmona, Cavite
4. Opening of Bids November 28, 2018 immediately right after the receipt of bids Conference Room, DPWH,
Cavite Sub-DEO, Carmona, Cavite

Bidders shall pay the BAC an applicable fee of P 1,000.00 for Contract ID No. 19DQ0016 and
P 25,000.00 for Contract ID Nos. 19DQ0017 to 19DQ0020 for the bidding Documents, upon securing hard
copies of the Documents.

Bidders that downloaded the Documents from the DPWH/ PHILGEPS website shall pay the fee upon
submission of their bids.

The Department of Public Works and Highways (DPWH), Cavite Sub-District Engineering office reserves the
right to accept or reject any bid and to annul the bidding process any time before the Contract Award, without
incurring any liability to the affected bidders, in accordance with the provisions of Section 41 of RA 9184 and
its IRR.

Any requests for additional information concerning this bidding shall be directed to the following:

BAC Chairperson: RUEL L. DITAN BAC Secretariat Head: RAMIL L. JULIANO


Address: DPWH, Cavite Sub-DEO, Carmona, Address: DPWH, Cavite Sub-DEO, Carmona,
Cavite Cavite
Contact Number: (046) 482 9186 Contact Number: (046) 482 9186

Approved by:
Noted :

RUEL L. DITAN
BAC Chairperson DONNIE D. CUNA District Engineer

Date of Advertisement: November 6, 2018

R4A.15 CAMA/RLJ

Line Items
Product/Service
Item No. Description
Name
1 19DQ0016 Local Program – Construction/ Repair/Rehabilitation/ Improvement of Various Infrastructur
and Drainage/ Protection Works – Construction/ Rehabilitation of Retaining Wall, San Jose CH

Created by Ramil L. Juliano


Date Created 06/11/2018

INFRASTRUCTURE
6-10 MILLION PROJECT COST

1.

Bid Notice Abstract

Invitation to Bid (ITB)

5793233

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - LA UNION 1ST ED

Title 19AE0050: Local Infrastructure Program - Rehabilitation of Seawall,


Brgy. Taboc, San Juan, La Union

Area of Delivery La Union Printable Version

Solicitation 19AE0050: Status Active


Number: Local Infrastructure Program - Associated Order
Rehabilit Components
Trade Implementing Rules and Regulations Bid Supplements 0
Agreement:
Document Request List 0
Procurement Public Bidding
Mode: Date Published 10/11/2018

Classification: Civil Works Last Updated / Time 10/11/2018 12:00 AM

Category: Construction Projects Closing Date / Time 03/12/2018 10:00 AM


Approved PHP 9,899,915.47
Budget for
the Contract:

Contract 126 Day/s


Duration:

Client
Agency:

Contact EMIL RODRIGUEZ GANADEN


Person: DISTRICT ENGINEER
LA UNION FIRST ENGINEERING
DISTRICT
LINGSAT, CITY OF SAN FERNANDO
LA UNION
San Fernando City
La Union
Philippines 2500
63-72-7002937
63-72-7002938
LUED1_AOIII_JFPADAJr@YAHOO.COM

Description
19AE0050: Local Infrastructure Program - Rehabilitation of Seawall, Brgy. Taboc, San Juan, La Union

DPWH – La Union First District Engineering Office


Lingsat, San Fernando City, La Union

INVITATION TO BID

The DPWH – La Union First District Engineering Office, through its Bids and Awards Committee (BAC), invites
contractors to submit bids for the following Contract:

Procurement ID/Contract ID: 19AE0050


Contract Name: Local Infrastructure Program - Rehabilitation of Seawall, Brgy. Taboc, San Juan, La Union
Contract Location: San Juan, La Union
Brief Description: Earthworks, PCCP - 10m. width x 0.20m. thk, Construction of Seawall (RC Wall on Sheet
Pile Foundation), Net Length: 74 l.m.
Approved Budget for the Contract (ABC): P 9,899,915.47
Source of Funds: GAA FY 2019
Contract Duration: 126 calendar days

The BAC is conducting the public bidding for this Contract in accordance with RA 9184 and its Implementing
Rules and Regulations (IRR).

To be eligible to bid for this Contract, a contractor must meet the following major requirements: (a) Filipino
citizen or 75% Filipino-owned partnership/corporation with PCAB license for Size Range Small B, (b)
completion of a similar contract costing at least 50% of the ABC, and (c) Net Financial Contracting Capacity
(NFCC) at least equal to the ABC.*

The DPWH will use non-discretionary “pass/fail” criteria in the eligibility check, preliminary examination of
bids, evaluation of bids, post-qualification, and award.

The schedule of key procurement activities for this Contract is shown below:

Activity Time Place


1. Issuance/Downloading
of Bidding Documents November 10 - December 3, 2018
*Hard copies at BAC Secretariat, DPWH – La Union First District Engineering Office, Lingsat, San Fernando
City, La Union.
*Downloadable from
(a) DPWH website www.dpwh.gov.ph,
(b) PhilGEPs website www.philgeps.gov.ph
2. Pre-Bid Conference 10:00 A.M. at November 21, 2018
Conference Room of DPWH – La Union First District Engineering Office, Lingsat, San Fernando City, La Union
3. Receipt by the BAC of Bids Deadline: December 3, 2018 at 10:00 A.M.
Conference Room of DPWH – La Union First District Engineering Office, Lingsat, San Fernando City, La Union
4. Opening of Bids December 3, 2018 at 10:00 A.M. Conference Room of DPWH – La Union First District
Engineering Office, Lingsat, San Fernando City, La Union

Bidders shall pay the BAC a non-refundable fee of P 10,000.00 for the Bidding Documents, upon securing
hard copies of the Documents. Bidders that downloaded the Documents from the DPWH/PhilGEPS website
shall pay the fee upon submission of their bids.
If at the time of the post-qualification procedure, the BAC verifies that any of the deficiencies is due to the
contractor's fault or negligence pursuant to 34.3(b)(ii)(c) of the 2016 Revised Implementing Rules and
Regulations of Republic Act No. 9184 (2016 RlRR 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".

The DPWH- La Union First District Engineering Office reserves the right to accept or reject any bid and to
annul the bidding process any time before the Contract award, without incurring any liability to the affected
bidders, in accordance with the provisions of Section 41 of RA 9184 and its IRR.

Any requests for additional information concerning this bidding shall be directed to the following:

GIL B. LORENZO LEONCIO S. ABAD, JR.


BAC Chairperson BAC Secretariat Head
DPWH – La Union First District DPWH – La Union First District
Engineering Office Engineering Office
Lingsat, San Fernando City, La Union Lingsat, San Fernando City, La Union
Tel No. (072) 700-2938 Tel No. (072) 700-2938
dpwh.launion1@yahoo.com dpwh.launion1@yahoo.com

Approved by:

GIL B. LORENZO
BAC Chairperson

In the absence of the BAC Chairman:

JOVENCIO F. PADA, JR.


BAC Vice-Chairman

Dates of Publication: November 10 - 16, 2018

Pre-bid Conference

Date Time Venue


21/11/2018 10:00 AM Conference
Room of
DPWH – La
Union First
District
Engineering
Office,
Lingsat,
San
Fernando
City, La
Union

Created by EMIL RODRIGUEZ GANADEN


Date Created 09/11/2018

2.
Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5785967

Procuring Entity MUNICIPALITY OF MOTIONG, SAMAR

Title Contract No.:18-025 PROCUREMENT OF INFRASTRUCTURE FOR THE


IMPROVEMENT/GRAVELLING OF CANDUMACOL-BONGA FARM TO MARKET
ROAD

Area of Delivery Samar Printable Version

Solicitation INFRA_18-025 Status Active


Number: Associated Order
Trade Agreement: Implementing Rules and Components
Regulations Bid Supplements 0
Procurement Public Bidding Document Request List 4
Mode:
Date Published 09/11/2018
Classification: Civil Works
Last Updated / Time 09/11/2018 12:00 AM
Category: Construction Projects
Closing Date / Time 28/11/2018 12:00 PM
Approved Budget PHP 9,903,458.94
for the Contract:

Contract Duration: 120 Day/s

Client Agency:

Contact Person: DINDO BABATIO CONGE


BAC Chairman
Municipal Engineering Office
LGU-Motiong, Western
Samar
Motiong
Samar
Philippines 6702
63-921-5077587

lampitocjocelyn@yahoo.com

Description
Republic of the Philippines
Province of Samar
Municipality of Motiong

Invitation to Bid for the Procurement of Infrastructure for the IMPROVEMENT/GRAVELLING OF


CANDUMACOL-BONGA FARM TO MARKET ROAD

1. The Municipal Government of Motiong, through the 20 % Community Development Fund of 2018
intends to apply the sum of Nine Million Nine Hundred Three Thousand Four Hundred Fifty Eight Pesos
and 94/100 (Php 9,903,458.94) only being the Approved Budget for the Contract (ABC) to payments
under the contract for the Procurement of Infrastructure for the IMPROVEMENT/GRAVELLING OF
CANDUMACOL-BONGA FARM TO MARKET ROAD with Contract No.: 18-025. Bids received in excess of the
ABC shall be automatically rejected at bid opening.
2. The Municipal Government of Motiong now invites bids for Procurement of Infrastructure for the
IMPROVEMENT/GRAVELLING OF CANDUMACOL-BONGA FARM TO MARKET ROAD. Completion of the
Works is required within 120 CALENDAR DAYS. Bidders should have completed a contract similar to the
Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in
Section II. Instruction to Bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-discretionary
“pass/fail” criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of
Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act.”
Bidding is restricted to Filipino citizens/sole proprietorships, cooperatives, and partnerships or
organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to
citizens of the Philippines.
4. Interested bidders may obtain further information from Municipal Government of Motiong and inspect
the Bidding Documents at the address given below from 8:00AM to 12:00Noon and 1:00PM to 5:00PM.
5. A complete set of Bidding Documents may be acquired by interested Bidders on November 9, 2018 to
November 28, 2018 from the address below and upon payment of a nonrefundable fee for the Bidding
Document, pursuant to the latest Guidelines issued by the GPPB in the amount of Ten Thousand Pesos
Only (Ph10, 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.

6. The Municipal Government of Motiong will hold a pre-bid conference on November 16, 2018 at 2:00 PM
at the SB Session Hall, Legislative Building, Municipal Compound
Poblacion 1-A, Motiong, Samar which shall be open to all prospective bidders.

7. Bids must be duly received by the BAC Secretariat to the address below on or before 12:00Noon of
November 28, 2018. All bids must be accompanied by a bid security in any of the acceptable forms and
in the amount stated in ITB Clause 18.
8. Bid opening shall be on 2:00PM of November 28, 2018 at Legislative Building, SB Session Hall,
Municipal Compound, Poblacion 1-A, Motiong, Samar. 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.
9. The Municipal Government of Motiong has the right to accept only bidders who made the actual visit at
the project site as certified by the Municipal Engineer or his duly authorized representative.
10. The Municipal Government of Motiong 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.
11. For further information, please refer to:
DINDO B. CONGE
BAC Chairperson
Municipal Hall,
Poblacion 1-A, Motiong, Samar
Mobile No.: 09215077587
lampitocjocelyn@yahoo.com

Pre-bid Conference

Date Time Venue


16/11/2018 2:00 PM SB
Session
Hall
Legislative
Building
Municipal
Compound
Poblacion
1-A
Motiong,
Samar

Created by DINDO BABATIO CONGE


Date Created 08/11/2018

3.
Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5776760

Procuring Entity DEPARTMENT OF AGRICULTURE - REGION II

Title ITB No. 2018-10-74 REHABILITATION and CONSTRUCTION OF


VARIOUS INFRASTRUCTURE PROJECTS

Area of Delivery Cagayan Printable Version

Solicitation 2018-10-74 Status Active


Number: Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 0
Procurement Public Bidding Document Request List 1
Mode:
Date Published 07/11/2018
Classification: Civil Works
Last Updated / Time 07/11/2018 12:00 AM
Category: Construction Projects Closing Date / Time 27/11/2018 12:00 PM

Approved PHP 8,318,433.80


Budget for
the Contract:

Contract 180 Day/s


Duration:

Client
Agency:

Contact EMELITO M YURO


Person: BAC Secretariat
DEPARTMENT OF AGRICULTURE
Corner Bagay and Diversion
Road,
San Gabriel Village
Tuguegarao City
Cagayan
Philippines 3500
63-78-3961700
63-78-3040560
darfu2_personnel@yahoo.com.ph

Description
BIDS AND AWARDS COMMITTEE (BAC)
Email address: bacregion2@yahoo.com
Telefax No.: (078) 377-0786
CP Nos.: 09177174764, 09177113293

ITB No.: 2018-10-74

The Department of Agriculture – Regional Field Office No. 02 (DA-RFO 02) through its Bids and Awards
Committee (BAC) invites interested PhilGEPS and PCAB-registered and licensed contractors or joint
venture partners to bid for the infrastructure projects:

Name of Project REHABILITATION and CONSTRUCTION OF VARIOUS INFRASTRUCTURE PROJECTS


Project Title/ Location/ Brief Descriptions/ ABC/ Contract Duration
PROJECT TITLE/BRIEF DESCRIPTIONS ABC (₱)
COST OF BID DOCS
(₱)

Lot I : Improvement and completion of R&D/E Building Phase II at DA-NCES, Maquire, Lucban, Cagayan
(Floor Area = 220sq.m) (180 C.D.) 2,229,175.38 5,000.00
Lot II : Rehabilitation of Garage (Extension and Condemned Area) at DA-RFO 02, Tuguegarao City,
Cagayan (120 C.D.) 3,589,760.65 5,000.00
Lot III : Construction of Farm Machinery at DA-NVES, Tapaya, Bagabag, Nueva Vizcaya (180 C.D.)
2,499,497.77 5,000.00
TOTAL: 8,318,433.80
Source of Funds DA-RFO 02 regular funds

Prospective bidders must have an experience of having completed a similar single contract in government
or private sector, within the past five (5) years (2014-2018) amounting to at least 50% of the respective
Approved Budget for the Contract (ABC). A contract shall be considered “similar” to the contract to be
bidded if it has the same major categories of work.
The BAC shall use non-discretionary “pass/fail” criteria in the Eligibility Screening as well as in the
Preliminary examination of Bids, and will conduct post-qualification of the Lowest Calculated Bids.

All particulars relative to Eligibility Screening, Bid Security, Pre-bidding Conference, Opening of Bids,
Preliminary Examination of Bids, Evaluation of Bids, Post-qualification and Award of Contract shall be
governed by the pertinent provisions of R.A. 9184 and its Revised IRR.

The complete schedule of activities is listed as follows:


1. Advertisement Period November 7 - November 13, 2018 PhilGEPS, Conspicuous places at DA-RFO 02,
Research and Experiment Stations
2. Issuance of bid documents November 7, 2018 – November 27, 2018 (8:00 a.m.-5:00 p.m.) BAC
Secretariat Office
3. Pre-bid Conference November 14, 2018 @ 2:00 P.M. Administration and Training Center Bldg., DA-
RFO 02, Tuguegarao City, Cagayan

4. Deadline of Submission of Bids


November 27, 2018 @ 12:00 Noon BAC Secretariat Office
5. Opening of Bids November 27, 2018 @ 3:00 P.M. Administration and Training Center Bldg., DA-RFO
02, Tuguegarao City, Cagayan

6. Bids Evaluation and Post Qualification


Prescribed latest allowable period of action, R.A. 9184, Revised IRR.

7. Approval of Resolution of Award/Notice of Award


8. Approval of Contract/ Issuance of Notice to Proceed

Bid documents shall be issued by the BAC Secretariat to the authorized representatives of the
prospective bidders upon payment of the non- refundable amount to the DA- RFO 02 Cashier.

All prospective bidders are encouraged to purchase the Bidding Documents before attending the Pre-bid
Conference in order to be informed on the vital requirements of bidding and raise or submit relevant
written queries or clarifications, ten (10) days before the date of the Opening of Bids.

The BAC assumes no responsibility whatsoever to compensate or indemnify bidders for any expenses
incurred in the bidding process, and the Head of the Procuring Entity reserves the right to accept or
reject any bid, to annul the bidding process and to reject all bids at any time prior to contract award,
without thereby incurring any liability to the affected bidders.
Approved by:

sgd
ERNESTO D. GUZMAN, LLB, DPLA
Chairman, BAC

Date of Publication: November 7-13, 2018


ITB No.: 2018-10-74

Pre-bid Conference

Date Time Venue


14/11/2018 2:00 PM Administration
and Training
Center Bldg.,
DA-RFO 02,
Tuguegarao
City, Cagayan

Other Information
Please see attached file
Created by EMELITO M YURO
Date Created 06/11/2018

4.
Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5774073

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - MASBATE 2ND


DEO

Title 19FJ0003 Local Program, Local Roads and Bridges – Local Roads –
Local Infrastructure Program, Construction of Concrete Road –
Concreting of Jct. Del Rosario-Mongahay Road, Uson, Masbate Uson,
Masbate

Area of Delivery Masbate Printable Version

Solicitation 19FJ0003 Status Active


Number: Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 0
Procurement Public Bidding Document Request 1
Mode: List
Classification: Civil Works Date Published 06/11/2018
Category: Construction Projects Last Updated / 06/11/2018 12:00 AM
Approved Time
PHP 7,839,735.84
Budget for Closing Date / Time 27/11/2018 10:00 AM
the Contract:

Contract 56 Day/s
Duration:

Client
Agency:

Contact Mariano, Jr. Mijares Espares


Person: BAC Chairman
Brgy. Balocawe
Dimasalang
Masbate
Philippines 5403
63-056-5880204
masbate2_deo@yahoo.com.ph

Description
Construction of Concrete Road

Pre-bid Conference

Date Time Venue


13/11/2018 10:00 AM DPWH
MASBATE
2ND
DISTRICT
ENGINEERING
OFFICE,
DIMASALANG,
MASBATE

Other Information
Download bidding docs at https://goo.gl/752v4H

Created by Mariano, Jr. Mijares Espares


Date Created 05/11/2018

5.
Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5769083

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION V

Title Procurement of 5 units AUV/Van, 5 speed Manual Transmission diesel Engine,


10-12 seater, for use of DPWH RO V, to be utilized in the supervision &
monitoring of various infrastructure projects

Area of Delivery Albay Printable Version

Solicitation DPWH-18GF00013 (Line Item Status Active


Number: 2) Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 0

Document Request List 1


Procurement Public Bidding Date Published 06/11/2018
Mode: Last Updated / Time 06/11/2018 12:00 AM
Classification: Goods Closing Date / Time 26/11/2018 10:00 AM
Category: Vehicles

Approved PHP 9,500,000.00


Budget for the
Contract:

Delivery Period: 30 Day/s

Client Agency:

Contact Person: Elizabeth C Trayvilla


Administrative Officer V
Regional Center Site, Rawis
Legazpi City
Albay
Philippines 4500
63-52-4820732
63-52-4820395
trayvilla.elizabeth@yahoo.com

Description
Invitation to Apply for Eligibility and to Bid
(Re-advertisement for Line Item 2)

The Department of Public Works and Highways, Region V, Legazpi City, through its Bids and Awards
Committee (BAC) for Goods, invites suppliers to submit bids for the following contract:
Contract ID : 18GF00013 (line Item 2)
Contract Name: Procurement of 5 units AUV/Van, 2,500cc-3,000cc, 5 speed Manual Transmission Diesel
Engine, 10-12 seater for use of DPWH RO V to be utilized in the supervision and monitoring of
various Infrastructure Projects. (PR#18-09-215, dated 9/20/18)
Contract Location: DPWH, Region V, Rawis, Legazpi City
Brief Description of Goods to be procured: Motor Vehicles
Approved Budget for the Contract (ABC) : P 9,500,000.00
Source of Fund: FY 2018 GAA-RA10964
Cost of Bidding Documents: P10,000.00
Delivery Date of Goods/Duration of Service: Within 30 c.d. after the issuance of P.O.

The BAC is conducting the public bidding for this Contract in accordance with RA 9184 and its
Implementing Rules & Regulations.

Bidders should have completed, within from the date of submission and receipt of bids, a contract similar
to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in
Section IV, Instruction to Bidders.

To the eligible to bid for this Contract, a supplier must meet the following major requirements:
a) Registration certificate from SEC, Department of Trade and Industry (DTI);
b) Mayor’s/Business permit issued by the city or municipality where the principal place of
business of the prospective bidder is located or the equivalent document for exclusive
economic zones or areas;
c) Tax Clearance per Executive Order 398, series of 2005, as finally reviewed and approved
by the BIR;
d) Filipino Citizen or 60% Filipino-owned partnership/corporation;
e) Completion of similar contract costing at least 50% of the ABC within the last five (5)
years and
f) Net Financial Contracting Capacity (NFCC) at least equal to the ABC or in lieu of the NFCC
computation, a committed line of credit (CLC) specific to the contract to be bid from a
universal or commercial bank.
The DPWH will use non-discretionary “pass/fail” criteria in the eligibility check, preliminary examination of
bids, evaluation of bids, post-qualification, and award.

The Schedule of key procurement activities for this Contract is shown below:
Activity Time Place
1. Issuance/Downloading of Bidding Documents From November 6-26, 2018
Hard copies at Supply Section of DPWH, Region V, Rawis, Legazpi City. Downloading from DPWH website
www.dpwh.gov.ph, PhilGEPS website www.philgeps.gov.ph
2. Pre-Bid Conference 2:00PM of November 14, 2018 BAC Office DPWH ROV, Rawis
3. Receipt of Bids & Presentation of Original Receipt of Payment for Bid Documents (Project Specific)
Deadline: until 10:00AM of Nov. 26, 2018 BAC Office DPWH ROV, Rawis

4. Opening of Bids 10:01AM Nov. 26, 2018 BAC Office DPWH ROV, Rawis

Invitation to Apply for Eligibility and to Bid


All Bids must be accompanied by a Bid security in any of the acceptable forms with the following
schedule:
Form of Bid Security Minimum Amount in % of ABC
1. Cash or cashier’s/manager’s check issued by a Universal or Commercial
Bank Two percent (2%)
2. Bank Draft/guarantee or irrevocable letter of credit issued by a Universal
Or Commercial Bank: Provided, however, that it shall be confirmed or
Authenticated by a Universal or Commercial Bank, if issued by a foreign
bank Two percent (2%)
3. Surety Bond callable upon demand issued by a surety of insurance
Company duly certified by the Insurance Commission as authorized to
Issue such security Five percent (5%)
4.Bid Securing Declaration that is an undertaking which states, among others, that the bidder shall enter
into contract with the procuring entity and furnish the required performance security within ten (10)
calendar days, or less, as indicated in the Bidding Documents, from receipt of the Notice of Award, and
committing to pay the corresponding fine and be suspended for a period of time from being qualified to
participate in any government activity in the event it violates any of the conditions stated therein as
required in the guidelines issued by the GPPB.

The Department of Public Works and Highways reserves the right to accept or reject any Bid, to annul the
bidding process, and to reject all Bids at any time prior to contact award, without thereby incurring any
liability to the affected Bidder or Bidders.

Any requests for additional information concerning this bidding shall be directed to the following:

MARILOU N. LACUNA BENJAMIN T. BUITRE, JR.


BAC Chairman Head, Procurement
DPWH Region V, Rawis, Legazpi City DPWH Region V, Rawis, Legazpi City

APPROVED BY:

(SGD) MARILOU N. LACUNA


Engineer V
BAC Chairman
Dates of Publication/Posting: Nov. 6-12, 2018
Publication: Website & Newspaper
ID Nos. 18GF00013

Page 2 of 2 pages

Pre-bid Conference

Date Time Venue


14/11/2018 2:00 PM BAC
Office
DPWH
RO V

Created by Elizabeth C Trayvilla


Date Created 31/10/2018

INFRASTRUCTURE
11-25 MILLION PROJECT COST

1.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5759491

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION I

Title Construction/Improvement of Various Infrastructure in Support of National


Security, Construction of Naval Detachment Multi-Purpose/Auditorium Building
with Barracks and Facilities, Bonuan Navy Detachm

Area of Delivery
Printable Version

Solicitation Number: 19A00085 Status Active

Associated Components Order


Trade Agreement: Implementing Rules and Bid Supplements 0
Regulations Document Request List 1
Procurement Mode: Public Bidding Date Published 30/10/2018
Classification: Civil Works Last Updated / Time 30/10/2018 12:00 AM
Category: Construction Projects Closing Date / Time 23/11/2018 10:00 AM
Approved Budget for PHP 17,369,999.60
the Contract:

Contract Duration: 0 Day/s

Client Agency:

Contact Person: Emmanuel W Diaz


BAC Chairman
DPWH - ROI
San Fernando City
La Union
Philippines
63-72-6822856
63-72-6822856
delizo.dave@dpwh.gov.ph

Description
1. Installation Project Billboard/ Sign Board; 2. Earthworks; 3. Concrete Works; 4. Plumbing Works; 5.
Carpentry Works; 6. Finishing Hardware; 7. Fabrication and Installation of Doors and Windows; 8. Roofing
Works; 9. Tile Works; 10. Masonry & Plastering Works; 11. Painting Works; 12. Ceiling Works; 13. Tinsmithry
Works; 14. Supply & Installation of Water System (Including Elevated Tank); 15. Supply & Installation of Fire
Alarm System; 16. Electrical Works

Pre-bid Conference

Date Time Venue


06/11/2018 10:00 AM 2nd Floor,
Conference
Room of
DPWH-
Regional
Office I,
City of San
Fernando,
La Union

Other Information
https://goo.gl/vFqQA8

Created by Emmanuel W Diaz


Date Created 29/10/2018
2.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5761322

Procuring Entity PHIL. ATMOSPHERIC, GEOPHYSICAL AND ASTRONOMICAL SERVICE ADM.

Title Supply, Delivery, Installation, Testing and Commissioning of Core


Network Infrastructure for PAGASA Building

Area of Delivery
Printable Version

Solicitation Number: PAGASA 2019-005 Status Active

Trade Agreement: Implementing Rules and Associated Components Order


Regulations Bid Supplements 1
Procurement Mode: Public Bidding Document Request List 13
Classification: Goods Date Published 30/10/2018
Category: Information Technology Last Updated / Time 13/11/2018 2:17 PM
Approved Budget for PHP 16,728,000.00 Closing Date / Time 19/11/2018 1:30 PM
the Contract:

Delivery Period: 45 Day/s

Client Agency:

Contact Person: Eleonor F. Duque


Member, BAC Secretariat
Science Garden Complex,
BIR Road
Diliman, Quezon City
Quezon City
Metro Manila
Philippines 1101
63-02-4343817
63-02-4343817
pagasa_bac@yahoo.com

Description
P.R. No: ¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬¬2018-09-1910 Reference No.: IB2019-005
SUPPLY, DELIVERY of CORE NETWORK INFRASTRUCTURE Date: 29 October 2018

INVITATION TO BID (IB)


FOR THE
“Supply, Delivery, Installation, Testing and Commissioning of Core Network Infrastructure for PAGASA
Building”

1. The Philippine Atmospheric, Geophysical and Astronomical Services Administration (PAGASA), through the
authorized appropriations under FY 2019 National Expenditure Program (NEP), intends to apply the sum of
Sixteen Million Seven Hundred Twenty Eight Thousand Pesos (Php16,728,000.00) Only, being the Approved
Budget for the Contract (ABC) to payments under the contract for the “Supply Delivery, Installation, Testing
and Commissioning of Core Network Infrastructure.” Bids received in excess of the ABC shall be
automatically rejected at bid opening.
2. The PAGASA now invites bids for the “Supply Delivery, Installation, Testing and Commissioning of Core
Network Infrastructure” as per Project specifications indicated in the Terms of Reference (TOR) / Technical
Specifications. Delivery period is within Forty Five (45) calendar days. Price is inclusive of VAT and all other
applicable taxes. Price Validity is one-hundred twenty (120) calendar days. Warranty shall be as indicated in
Terms of Reference (TOR) commencing from the date of acceptance of the Project by PAGASA.

3. Bidders should have completed, within three (3) years from the date of submission and receipt of bids, a
contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents,
particularly, in Section II. Instructions to Bidders.
4. Request for clarification/s and/or interpretation of any part of the Bidding Documents must be in writing,
addressed to the BAC Chairperson and submitted before the scheduled Pre-bid Conference. Response to all
clarificatory questions shall be issued by the BAC thru a Supplementary/Bid Bulletin (SBB).
5. Pre-bid Conference is open to all prospective bidders. Bidder’s duly authorized representatives must show
proof of their authority to participate in the pre-bid conference, such as, duly signed authorization, notarized
secretary’s certificate or special power of attorney. Only two (2) representatives per bidder shall be allowed
during the pre-bid conference.
6. 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”.
7. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least
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 Sec 23.4.1.1 of the 2016 Revised IRR of R.A. 9184 in relation with RA No. 5183.
8. Interested bidders may obtain further information from PAGASA-BAC Secretariat and inspect the Bidding
Documents at the address given below from 9:00 a.m. to 4:00 p.m. It may also be downloaded at the
PhilGEPS and PAGASA website free of charge, provided that Bidders shall pay the applicable fee for the
bidding documents not later than the scheduled submission of bids.
9. A complete set of Bidding Documents may be purchased by interested Bidders from the address stated
below and upon payment of a nonrefundable fee of Twenty Five Thousand Pesos Only (Php25,000.00).

10. Bids must be delivered to the address below not later than 19 November 2018 / on or before 9:30 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. Bid opening shall immediately follow and will be opened in the presence of the Bidders’
representatives who choose to attend. Late bids shall not be accepted.
11. The Complete Schedule of Bidding Activities is summarized as follows:
Activities Schedule/Time Venue
1. Posting of Invitation to Bid / Newspaper 30 October 2018 – 06 November 2018/ 30 October 2018 n/a
2. Issuance of Bidding Documents 30 October 2018 -18 November 2018 / from 9:00 a.m. to 4:00 p.m.
Budget Section, 3/F PAGASA CO
3. Pre-bid Conference 07 November 2018 / 1:30 p.m. *Amihan Conference Room, 2/F PAGASA CO
4. Submission of Envelopes 1 & 2 19 November 2018 / on or before 1:30p.m. *Amihan Conference Room, 2/F
PAGASA CO
5. Opening of Envelopes 1 & 2 19 November 2018 / 1:31p.m. *Amihan Conference Room, 2/F PAGASA CO
* - subject to change

12. The PAGASA reserves the right to: (a) accept or reject any and all bids at any time prior to the award of
the contract; (b) waive any minor formal requirements in the bid documents; (c) accept such bids it may
consider to be advantageous and beneficial to the government; (d) declare a failure of bidding; (e) not award
the contract for valid cause; and (f) make no assurance that a contract shall be entered into as a result of this
invitation, without thereby incurring any liability to the affected bidder or bidders.
For further information, please refer to:

NOEL G. RAMOS
Head, BAC Secretariat
Budget Section, 3/F PAGASA Main Building
Science Garden Complex, BIR Road, Diliman
Quezon City
Telefax No.: 434-1882
Email address: pagasa_bac@yahoo.com
SGD.
Engr. CATALINO L. DAVIS
Chairperson, PAGASA-BAC

Pre-bid Conference

Date Time Venue


07/11/2018 1:30 PM Amihan
Conference
Room, 2/F
PAGASA
Central
Office, BIR
Road,
Diliman,
QC
(subject to
change)

Other Information
https://goo.gl/bhP7J1
https://goo.gl/6kyyoA
https://goo.gl/3zHgAj

Created by Eleonor F. Duque


Date Created 29/10/2018

3.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5806023

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - SAMAR 1ST DEO

Title 19IJ-0059 LOCAL PROGRAM: CONSTRUCTION / REPAIR / REHABILITATION /


IMPROVEMENT OF VARIOUS INFRASTRUCTURE INCLUDING LOCAL PROJECTS
(VILP), CONSTRUCTION / REHABILITATION OF ROAD, BRGY. HAMORAWON,
CALBAYO

Area of Delivery Samar Printable Version

Solicitation Number: 19IJ-0059 Status Active

Trade Agreement: Implementing Rules and Associated Order


Regulations Components

Procurement Mode: Public Bidding Bid Supplements 0

Document Request 0
Classification: Civil Works List

Category: Construction Projects Date Published 14/11/2018

Approved Budget for Last Updated / Time 14/11/2018 12:00 AM


PHP 19,600,000.00
the Contract: Closing Date / Time 05/12/2018 9:00 AM
Contract Duration: 61 Day/s

Client Agency:

Contact Person: Joanna Carbonera Calagos


Please Update
Brgy. Hamorawon
Calbayog City
Samar
Philippines 6710
63-917-7100201

jcalagos@yahoo.com

Description
Contract Name: LOCAL PROGRAM: CONSTRUCTION / REPAIR / REHABILITATION / IMPROVEMENT OF
VARIOUS INFRASTRUCTURE INCLUDING LOCAL PROJECTS (VILP), CONSTRUCTION / REHABILITATION OF
ROAD, BRGY. HAMORAWON, CALBAYOG CITY, SAMAR
Contract Location: SAMAR
Brief Description: REHABILITATION OF PAVED ROAD 2.00 LANE KM.; REPAIR / REHABILITATION OF
DRAINAGE STRUCTURE 300.00 LINEAL METERS.
Approved Budget for the Contract (ABC): PhP 19,600,000.00
Source of Funds: GAA FY-2019
Contract Duration: 61 calendar days
Cost of Bid Documents : P 25,000.00

The BAC is conducting the public bidding for this Contract in accordance with RA 9184 and its
Implementing Rules and Regulations (IRR).

To be eligible to bid for this Contract, a contractor must meet the following major requirements: (a)
Filipino citizen or 75% Filipino-owned partnership/corporation with PCAB license for Size Range
Medium A, Medium B, Large A, Large B (b) completion of a similar contract costing at least
50% of the ABC, and (c) Net Financial Contracting Capacity (NFCC) at least equal to the ABC.

The DPWH will use non-discretionary “pass/fail” criteria in the eligibility check, preliminary
examination of bids, evaluation of bids, post-qualification, and award.

The schedule of key procurement activities for this Contract is shown below:

Activity Time Place


1.Issuance/Downloading
of Bidding Documents
November 14, 2018– December 5, 2018 *Hard copies at BAC Secretariat, DPWH-Samar First District
Engineering Office, Calbayog City.
*Downloadable from (a) DPWH website
www.dpwh.gov.ph, (b) PhilGEPs website
www.philgeps.gov.ph, and (c) website of
concerned foreign financing institution
2. Pre-Bid Conference November 22, 2018 at 3:00 P.M at the Conference Room, DPWH-Samar First District
Engineering Office, Calbayog City

3. Receipt by the BAC of Bids Deadline: December 5, 2018 at 9:00 A.M BAC, DPWH-Samar First District
Engineering Office, Barangay San Policarpo, Calbayog City

4. Opening of Bids December 5, 2018 at 2:00 P.M Conference Room, DPWH-Samar First District Engineering
Office, Barangay San Policarpo, Calbayog City

Bidders shall pay the BAC a non-refundable fee of the amount stated above for the Bidding Documents, upon
securing hard copies of the Documents. Bidders that downloaded the Documents from the DPWH/PhilGEPS
website shall pay the fee upon submission of their bids.

The __ DPWH-Samar First District Engineering Office, Calbayog City __ reserves the right to accept or reject
any bid and to annul the bidding process any time before the Contract award, without incurring any liability to
the affected bidders, in accordance with the provisions of Section 41 of RA 9184 and its IRR.

Any requests for additional information concerning this bidding shall be directed to the following:

BAC Chairperson: RAQUEL Y. SUMAYO BAC Secretariat Head: ANNA MELISSA M. IGNACIO
Address: DPWH-SFDEO, Calb. City Address: DPWH-SFDEO, Calb. City
Telephone No. 0552091472 Telephone No. 0552091472
Email address: dpwhsamar1st@gmail.com Email address: dpwhsamar1st@gmail.com

Line Items
Item No. Product/Service Name Description

1 LOCAL PROGRAM: LOCAL PROGRAM: CONSTRUCTION / REPAIR / REHABILITATION / IMPROVEME


CONSTRUCTION / REPAIR / VARIOUS INFRASTRUCTUREINCLUDING LOCAL PROJECTS (VILP), CONSTRUC
REHABILITAT HAMORAWON, CALBAYOG CITY, SAMAR

Pre-bid Conference

Date Time Venue


22/11/2018 3:00 AM at the
Conference
Room,
DPWH-
Samar First
District
Engineering
Office,
Calbayog
City

Created by Joanna Carbonera Calagos


Date Created 13/11/2018

4.
Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5775142

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - BATAAN 1ST DEO

Title Local Roads and Bridges-Local Roads-


Construction/Repair/Rehabilitation/Improvement of
Various Infrastructure including Local Projects-Concreting of Barangay Road, Pag-
asa-Tala Road, Orani, Bataan

Area of Delivery Printable


Version

Solicitation Number: 19CA0036 Status Active

Trade Agreement: Implementing Rules and Associated Order


Regulations Components

Procurement Mode: Public Bidding Bid Supplements 0

Classification: Civil Works Document Request List 9

Category: Construction Projects Date Published 09/11/2018

Approved Budget for Last Updated / Time 09/11/2018 12:00 AM


PHP 19,599,999.72
the Contract: Closing Date / Time 16/11/2018 5:00 PM
Contract Duration: 180 Day/s

Client Agency:

Contact Person: Ruby E De Jong


Human Resource Mgt.
Asst.
Capitol Site
Balanga City
Bataan
Philippines 2100
63-47-7912165 Ext.1013
63-47-7912580
rubydpwh@yahoo.com.ph

Description
Procurement ID/Contract ID: 19CA0036
Contract Name: Local Roads and Bridges-Local Roads-Construction/Repair/Rehabilitation/Improvement of
Various Infrastructure including Local Projects-Concreting of Barangay Road, Pag-asa-Tala Road
Contract Location: Orani, Bataan
Brief Description Construction of Concrete Road
Approved Budget for the Contract (ABC): Php 19,599,999.72
Source of Funds: FY 2019 DPWH-Infrastructure Program Based on NEP
Contract Duration: 180 C.D.
Cost of Bidding Documents Php 25,000.00

The schedule of key procurement activities for this Contract is shown below:

Activity Time Place


1. Issuance/Downloading
of Bidding Documents November 09-29, 2018 Hard copies at BAC Secretariat, DPWH-Bataan 1st DEO,
Roman Expressway, Mulawin,Orani,Batan
Downloadable from DPWH Website, www.dpwh.gov.ph, PHILGEPS Website,www.philgeps.gov.ph and
website of concerned foreign financing institution
2. Pre-Bid Conference November 16, 2018@ 2:00 P.M. DPWH-Bataan 1st DEO
3. Receipt by the BAC of Bids Deadline : November 29, 2018@10:00 A.M. DPWH-Bataan 1st DEO
4. Opening of Bids November 29, 2018@10:00 A.M. DPWH-Bataan 1st DEO

Approved by:

ELVIRA C. SALAZAR
BAC-Chairperson
NOTED:

ERLINDO R. FLORES, JR.


District Engineer

Created by Ruby E De Jong


Date Created 05/11/2018

5.
Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5761614

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - PAMPANGA 2ND DEO

Title Construction/Repair/Rehabilitation/Improvement of Various Infrastructure including


Local Projects – Construction of Slope Protection Upstream of Santol Creek, Brgy.
Calantas, Floridablanca, Pampanga

Area of Delivery
Printable
Version

Solicitation Number: 19CH0027 Status Active

Trade Agreement: Implementing Rules and Associated Components Order


Regulations Bid Supplements 0
Procurement Mode: Public Bidding Document Request List 12
Classification: Civil Works Date Published 30/10/2018
Category: Construction Projects Last Updated / Time 30/10/2018 12:00 AM
Approved Budget for PHP 14,699,287.32 Closing Date / Time 27/11/2018 8:00 AM
the Contract:

Contract Duration: 0 Day/s

Client Agency:

Contact Person: Ambrocio Zapata Azares


Engineer III
San Antonio
Guagua
Pampanga
Philippines 2003
63-45-4341005

pamp2nd_deo@yahoo.com

Description
Construction of Slope Protection

Other Information
Pre-Bid Conference 2:00 P.M. November 15, 2018 DPWH Pampanga 2nd DEO BAC-Office
Receipt by the BAC of Bids Deadline: 10:00 A.M. November 27, 2018 BAC, DPWH, Pampanga 2nd DEO,
San Antonio, Guagua, Pampanga
Opening of Bids After Eligibility Processing November 27, 2018 BAC, DPWH, Pampanga 2nd DEO, San
Antonio, Guagua, Pampanga

Created by Ambrocio Zapata Azares


Date Created 29/10/2018
INFRASTRUCTURE
25-50 MILLION PROJECT COST

1.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5800373

Procuring Entity NATIONAL IRRIGATION ADMINISTRATION - UPRIIS

Title NIA-UPRIIS EOD INFRASTRUCTURE PROJECTS UNDER CY 2019


GAA

Area of Delivery Nueva Ecija Printable Version

Solicitation 2019-EOD-RRENIS-ISR-01 Status Active


Number: Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 0
Procurement Public Bidding Document Request 5
Mode: List
Classification: Civil Works Date Published 13/11/2018
Category: General Contractor Last Updated / Time 13/11/2018 12:00 AM
Approved Budget PHP 34,380,034.14 Closing Date / Time 04/12/2018 12:00 PM
for the Contract:

Contract 90 Day/s
Duration:

Client Agency:

Contact Person: Jonn Brent Sanqui Atraje


Engineer A
Maharlika Hi-way
Cabanatuan City
Nueva Ecija
Philippines 3100
63-44-9589711

niaupriis_engineering@yahoo.com

Description
Invitation to Bid
The National Irrigation Administration – Upper Pampanga River Integrated Irrigation Systems Head Office
(NIA-UPRIIS-HO), through the CY 2019 General Appropriation Act Fund, invites contractors to submit bids for
the following Contract:

1.
(a) Contract ID:
2019-EOD-RRENIS-0001

(b) Contract Name:


Construction of Concrete Lining @ Sub-Lateral N-6, N-6a, N6b, L-7 and L-8

(c) Contract Location:


Guimba, Nueva Ecija

(d) Scope of Work:


Constrution of Concrete Lining

(e) Approved Budget for the Contract (ABC):


Php 14,325,003.72

(f) Contract Duration:


90 Calendar Days

(g) Amount of Bidding Documents:


Php 25,000.00

(h) PCAB Category:


Small B (Irrigation and Flood Control)

2.
(a) Contract ID:
2019-EOD-RRENIS-0002

(b) Contract Name:


Construction of Concrete Lining @ Sub-Lateral N-6d, N-6d-1, N-6d-1a, N-6e, & L-9

(c) Contract Location:


Nampicuan, Nueva Ecija

(d) Scope of Work:


Construction of Concrete Lining

(e) Approved Budget for the Contract (ABC):


Php 15,280,029.18

(f) Contract Duration:


90 Calendar Days

(g) Amount of Bidding Documents:


Php 25,000.00

(h) PCAB Category:


Small B (Irrigation and Flood Control)

3.(a) Contract ID:


2019-EOD-ISR-0001

(b) Contract Name:


Construction of Canal Roadways

(c) Contract Location:


Nampicuan, Nueva Ecija
(d) Scope of Work:
Grading & Leveling, Hauling of Resurfacing Materials

(e) Approved Budget for the Contract (ABC):


Php 4,775,001.24

(f) Contract Duration:


45 Calendar Days

(g) Amount of Bidding Documents:


Php 5,000.00

(h) PCAB Category:


Small B (Road, Highway pavement, Railways Airport horizontal structures and Bridges)

The BAC is conducting the public bidding for this Contract in accordance with Republic Act 9184, otherwise
known as the “Government Procurement Reform Act” and its Revised Implementing Rules and Regulations
(RIRR).

To be eligible to bid for the above-stated Contract, a contractor must meet the following major requirements:
(a) Filipino Citizen or 75% Filipino-owned partnership/corporation; (b) completion of a similar contract costing
at least 50% of the ABC, and (c) Net Financial Contracting Capacity (NFCC) at least equal to ABC.

Interested bidders are required to submit Letter of Intent with PhilGEPS Document Request List along with
two (2) Valid IDs of the Authorized Managing Officer/Authorized Liaison Officer indicated in the submitted
Company Profile/CRC. Updated Company Profile shall also be submitted and presented to the NIA-UPRIIS BAC
Secretariat upon availment of the Bidding Documents for eligibility check screening.

Credit line commitment shall no longer be accepted as an alternative to the prospective bidder’s computation
of NFCC per GPPB Resolution No. 20-2013 dated July 30, 2013.

Bidding will be conducted through open competitive bidding procedures using non-discretionary “pass/fail”
criterion in the eligibility check, preliminary evaluation of bids, post qualification, and award.

The significant times and deadlines of procurement activities are shown below:
1. Issuance/Downloading of Bidding Documents
November 13, 2018 to December 03, 2018 from 8:00 A.M. to 5:00 P.M.

2. Pre-bid Conference
November 21, 2018 at 2:00 P.M.

3. Receipt of Bids
December 04, 2018 at 12:00 NN

4. Opening of Bids
December 04, 2018 at 1:00 P.M.

Interested bidders may obtain further information from NIA-UPRIIS-HO and inspect the Bidding Documents at
the address given below starting November 13, 2018 up to December 03, 2018 from 8:00 A.M. to 5:00 P.M.
A complete set of Bidding Documents may be purchased by Interested Bidders from the address below and
upon payment of a non-refundable fee for the Bidding Documents prescribed in the above-mentioned list of
projects.

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
fee for the Bidding Documents not later than the submission of their bids.

Only the Authorized Managing Officer/Authorized Liaison Officer indicated in the submitted Company
Profile/CRC shall be authorized to purchase and submit bidding documents. The use of Special Power of
Attorney (SPA) is prohibited as per NIA Memorandum Circular No.52 series 2014 dated December 1, 2014.

The NIA-UPRIIS-HO will hold a Pre-Bid Conference on November 21, 2018, 2:00 P.M. at Carlos S. Salazar
Hall, National Irrigation Administration – Upper Pampanga River Integrated Irrigation Systems (NIA-UPRIIS)
Head Office, Imelda District, Cabanatuan City, which shall be open to all interested parties.

Bids must be delivered to the address below on or before December 04, 2018 until 12:00 NN. All bids must be
accompanied by a Bid Securing Declaration or Bid Security in any of the acceptable forms and in the amount
stated in ITB. Clause 18.1.

Bids will be opened in the presence of the bidder’s authorized managing officer or authorized liaison officer of
interested parties at the address below. Late bids shall not be accepted.

Prospective bidders shall submit their sealed envelopes duly accomplished in forms as specified in the BD’s on
or before the deadline of dropping of the bid documents at the NIA-UPRIIS-HO by the Authorized Managing
Officer (AMO) or Authorized Liaison Officer indicated in the submitted Company Profile/CRC of the parties. The
liaison officer shall submit a letter from the AMO authorizing her/him to drop their bid, attend the bidding
process and also submit a copy of company I.D. for verification. No Special Power of Attorney (SPA) shall be
allowed.

The NIA-UPRIIS-HO reserves the right to accept or reject any bid, to annul the bidding process, and to reject
all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or
bidders, in accordance with the provisions of Section 41 of RA 9184 and its RIRR.
Any requests for additional information concerning this bidding shall be directed to the following:

ALVIN L. MANUEL Sr.


Acting Division Manager, Engineering & Operations Division
Chairman, BAC (For Infrastructure Project)

Approved:

ENGR. ROSALINDA B. BOTE


Acting Department Manager, UPRIIS
Head of Procuring Entity

Line Items
Item No. Product/Service Name Description

1 2019-EOD-RRENIS-0001 Construction of Concrete Lining @ Sub-Lateral N-6, N-6a, N6b, L-7 and L-8

2 2019-EOD-RRENIS-0002 Construction of Concrete Lining @ Sub-Lateral N-6d, N-6d-1, N-6d-1a, N-6e,

3 2019-EOD-ISR-0001 Construction of Canal Roadways

Pre-bid Conference

Date Time Venue


21/11/2018 2:00 PM Carlos S.
Salazar Hall,
National
Irrigation
Administration
– Upper
Pampanga
River
Integrated
Irrigation
Systems
(NIA-UPRIIS)
Head Office
Imelda
District,
Cabanatuan
City

Created by Jonn Brent Sanqui Atraje


Date Created 12/11/2018

2.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5767524

Procuring Entity PEOPLE'S TELEVISION NETWORK, INC.

Title ITB 2018-0036 Supply, Delivery, Installation, Testing, Integration,


Training and Commissioning of News Production Editing System and
(I.T) Infrastructure with Complete Accessories for Mindanao Hub

Area of Delivery Davao Del Norte Printable Version

Solicitation ITB NO. 2018-0036 Status Active


Number: Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 2
Procurement Public Bidding Document Request 8
Mode: List
Classification: Goods Date Published 31/10/2018
Category: IT Broadcasting and Last Updated / 12/11/2018 6:41 PM
Telecommunications Time
Approved PHP 32,800,000.00 Closing Date / Time 05/12/2018 9:00 AM
Budget for
the Contract:

Delivery 120 Day/s


Period:

Client
Agency:

Contact Emma Constantino


Person: BAC Secretariat
Broadcast complex, Visayas
Avenue,
Diliman,
Quezon City
Metro Manila
Philippines 1100
63-2-4537439

emmaconstantino825@gmail.com

Description
Supply, Delivery, Installation, Testing, Integration, Training and Commissioning of News
Production Editing System and (I.T) Infrastructure with Complete Accessories for Mindanao Hub

Pre-bid Conference

Date Time Venue


08/11/2018 9:00 AM BAC/PMO
Office,
3rd
Floor,
PTNI,
Visayas
Avenue,
Diliman,
Quezon
City

Created by Emma Constantino


Date Created 30/10/2018

3.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5798510

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - BATANGAS IV DEO

Title 19DD0086 Local Program, Local Roads and Bridges- Local Bridges- Construction/
Repair/ Rehabilitation/ Improvement of Various Infrastructure including Local
Projects, Construction/Completion of Don Lui

Area of Delivery Printable


Batangas
Version

Solicitation Number: ITB (CW-11-2018-108) Status Active

Associated Components Order


19DD0086 Bid Supplements 0

Trade Agreement: Implementing Rules and Document Request List 5


Regulations Date Published 13/11/2018
Procurement Mode: Public Bidding Last Updated / Time 13/11/2018 12:00 AM
Classification: Civil Works Closing Date / Time 04/12/2018 9:30 AM
Category: Construction Projects

Approved Budget PHP 49,000,000.00


for the Contract:

Contract Duration: 191 Day/s

Client Agency: DEPARTMENT OF PUBLIC


WORKS AND HIGHWAYS -
BATANGAS IV DEO

Contact Person: Jehela Gamo Roxas


Engineer III
Brgy. Maraouy
Lipa City
Batangas
Philippines 4217
63-043-7561818

dpwh.batangas4@gmail.com

Description
INVITATION TO BID
(CW-11-2018-108)

The Department of Public Works and Highways (DPWH)-Batangas IV District Engineering Office, Marawoy,
Lipa City, Batangas, through its Bids and Awards Committee (BAC), invites contractors to bid for the contract
listed below:

1 Contract ID : 19DD0086
Contract Name : Local Program, Local Roads and Bridges- Local Bridges- Construction/ Repair/ Rehabilitation/
Improvement of Various Infrastructure including Local Projects, Construction/Completion of Don Luis Bridge
including Approaches, San Jose, Batangas
Project Location : San Jose, Batangas
Brief Description : Construction of 70.60 l.m. bridge with width of 9.54m including slope protection and
approaches
Approved Budget for the Contract : Php 49,000,000.00
Source of Funds : FY 2019 GAA- DPWH INFRA PROJECTS
Contract Duration : 191 Calendar Days
Amount of Bidding Documents : PhP 25,000.00

The BAC is conducting the public bidding for this Contract in accordance with RA 9184 and its Implementing
Rules and Regulations (IRR).

To be eligible to bid for the Contract, a contractor must meet the following major requirements: (a) Filipino
citizen or 75% Filipino owned partnership/corporation with PCAB license for size Range “Medium A” (above
PhP10M up to PhP100M) (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*.

All bids must be properly paginated, with ear-tagged, book bound, with certified Xerox copy and all pages
should be duly signed by prospective bidders concerned.
The DPWH will use non-discretionary “pass/fail” criteria in the eligibility check, preliminary examination of
bids, evaluation of bids, post qualification and award.

If at the time of the Post-Qualification procedure, the BAC verifies that any of the deficiencies is due to the
contractor’s fault or negligence pursuant to 34.3(b)(ii) of the 2016 Revised Implementing Rules and
Regulations of Republic Act No. 9184 (2016 IRR 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 infrastructurecontract subject of the Bid.

The schedule of key procurement activities for this Contract is shown below.
Activity Time Place
1. Issuance/Downloading
of Bidding Documents November 13, 2018 to
December 4, 2018; 09:00 am

Hard Copies at BAC Secretariat, Procurement Unit, DPWH-Batangas IV DEO, Lipa City. Downloadable from
DPWH website www.dpwh.gov.ph., PhilGEPS website www.philgeps.gov.ph.

2. Pre –Bid Conference November 20, 2018; 2:00 pm


Conference Room, DPWH-Batangas IV District Engineering Office, Lipa City

3. Receipt by the BAC of Bids Deadline: 09:30 am


December 4, 2018
4. Opening of Bids The Bids will be immediately opened after the deadline of submission of bids December 4,
2018

Bidders shall pay the BAC a non- refundable fee amounting to the responding cost of the Bidding Documents
upon securing hard copies of the Documents. Bidders that download the Documents from the DPWH/PhilGEPS
website shall pay the fee upon submission of their bids.

The Department of Public Works and Highways (DPWH), Batangas IV District Engineering Office reserves the
right to accept or reject any bid and to annul the bidding process, any time before the Contract award prior to
contract award, without incurring any liability to the affected bidders in accordance with the provisions of
Section 41 of RA 9184 and its IRR.

Any request for additional information concerning this bidding shall be directed to the following:

BAC, Chairperson: JEHELA G. ROXAS


Address: DPWH-Batangas IV District Engineering Office,
Brgy. Marawoy, Lipa City, Batangas
Telephone No.: (043) 756 18 18
Email Address: dpwh.batangas4@yahoo.com

OIC-Head, BAC Secretariat: QUEEN MARICIEL J. SIANQUITA


Address: DPWH-Batangas IV District Engineering Office,
Brgy. Marawoy, Lipa City, Batangas
Telephone No.: (043) 756 18 18
Email Address: dpwh.batangas4@yahoo.com

Approved by:

JEHELA G. ROXAS
BAC, Chairperson
Date of Publication: November 13, 2018– November 19, 2018
Publication: DPWH Website/ Philgeps

Date of Publication: November 13, 2018


Publication: Newspaper (The Manila Times Publishing Corp.)

Pre-bid Conference

Date Time Venue


20/11/2018 2:00 PM Department
of Public
Works and
Highways
Batangas
IV District
Engineering
Office
Conference
Room,
Marawoy,
Lipa City,
Batangas

Created by Jehela Gamo Roxas


Date Created 12/11/2018

4.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5780244

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - TARLAC DEO

Title IB 19CJ0077 Construction/Repair/Rehabilitation/Improvement of


Various Infrastructure including Local Projects Construction of Jose V. Yap
Sr. Access Road

Area of Delivery
Printable Version

Solicitation 19CJ0077 Status Active


Number: Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 0
Procurement Public Bidding Document Request 4
List
Mode: Date Published 07/11/2018

Classification: Civil Works Last Updated / Time 07/11/2018 12:00 AM

Category: Construction Projects Closing Date / Time 27/11/2018 10:00 AM

Approved PHP 45,540,000.00


Budget for
the Contract:

Contract 0 Day/s
Duration:

Client
Agency:

Contact Kristelle Balboa Dimarucot


Person: Administrative Assistant I
Parsolingan, Gerona, Tarlac
Gerona
Tarlac
Philippines 2302
63-045-4911529

kristelle_balboa@yahoo.com.ph

Description
INVITATION TO BID

The DPWH-Tarlac 1st District Engineering Office, through its Bids and Awards Committee (BAC),
invites contractors to submit bids for the following Contracts:

r. Procurement ID/Contract ID : 19CJ0077


Contract Name : Construction/Repair/Rehabilitation/Improvement of
Various Infrastructure including Local Projects Construction of Jose V. Yap Sr. Access Road
Contract Location : San Jose, Tarlac
Brief Description : Construction of Gravel Road
Approved Budget for the Contract (ABC) : Php 45,540,000.00
Source of Funds : FY 2019 GAA
Cost of Bid Documents : Php 25,000.00
Contract Duration : 195 C.D.
PCAB License for Size Range : Medium A

The BAC is conducting the public bidding for these Contracts in accordance with RA 9184 and its
Implementing Rules and Regulations (IRR).

To be eligible to bid for these Contracts, a contractor must meet the following major
requirements: (a) Filipino citizen or 75% Filipino-owned partnership/corporation with PCAB license
for Size Range as stated above (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.*

The DPWH will use non-discretionary “pass/fail” criteria in the eligibility check, preliminary
examination of bids, evaluation of bids, post-qualification, and award.

“If at the time of the post-qualification procedure, the BAC verifies that any of the deficiencies is
due to the contractor’s fault or negligence pursuant to 34.3(b)(ii)(c) of the 2016 Revised
Implementing Rules and Regulations of Republic Act No. 9184 (2016 RIRR of 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”.

The schedule of key procurement activities for these Contracts are shown below:

Activity Time Place


1. Issuance/Downloading
of Bidding Documents November 7-27, 2018 BAC Secretariat Office, DPWH-Tarlac 1st DEO
2. Pre-Bid Conference November 14, 2018 @ 10:00 AM Conference Room, DPWH-Tarlac 1st DEO
3. Receipt by the BAC
Bids Deadline: November 27, 2018 @ 10:00 A.M. Conference Room, DPWH-Tarlac 1st DEO
4. Opening of Bids November 27, 2018 right after the deadline of receipt of Bids Conference
Room, DPWH-Tarlac 1st DEO

Bidders shall pay the BAC a non-refundable fee as stated above for the Bidding Documents, upon
securing hard copies of the Documents. Bidders that downloaded the Documents from the
DPWH/PhilGEPS website shall pay the fee upon submission of their bids.

The DPWH-Tarlac 1st District Engineering Office reserves the right to accept or reject any bid and
to annul the bidding process any time before the Contract award, without incurring any liability to
the affected bidders, in accordance with the provisions of Section 41 of RA 9184 and its IRR.

Bidders will bid for the entire contract or per lot not per item.

Bid Security to be used: Bid Securing Declaration or any form of Bid Security in an amount not
less than the required percentage of the ABC, such as: Cash or cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank,
surety bond callable on demand issued by a surety or insurance company duly certified by the
Insurance Commission as authorized to issue such security.

Any requests for additional information concerning this bidding shall be directed to the following:

BAC Chairperson : ANTONIO S. BAUTISTA BAC Secretariat : MIGUEL C. MALVAR (Head)


Address : TDEO-Brgy. Parsolingan, Gerona, Tarlac DIANA P. MELEGRITO (Co-head)
Telephone No. : (045) 491 1529 Address : TDEO-Brgy. Parsolingan, Gerona, Tarlac
Email Address : Telephone No. : (045) 491 1529
Email Address :

Approved by:

ANTONIO S. BAUTISTA
(BAC-Chairperson)

Noted:

ERELINA B. SANTOS
District Engineer

Dates of Publication : November 7 - 13, 2018

Pre-bid Conference

Date Time Venue


14/11/2018 10:00 AM Conference
Room,
DPWH-
Tarlac 1st
DEO

Created by Kristelle Balboa Dimarucot


Date Created 06/11/2018

5.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5785309

Procuring Entity CITY GOVERNMENT OF NAVOTAS

Title CONSTRUCTION OF VARIOUS INFRASTRUCTURE PROJECTS UNDER S.B.


NO. 04 FOR THE CITY OF NAVOTAS

Area of Delivery Metro Manila Printable Version

Solicitation CONSTRUCTION OF Status Active


Number: VARIOUS INFRASTRUCTUREPROJECTS Associated Order
UN Components
Trade Implementing Rules and Regulations Bid Supplements 0
Agreement:
Document Request 0
Procurement Public Bidding List
Mode:
Date Published 08/11/2018
Classification: Civil Works
Last Updated / Time 08/11/2018 12:00 AM
Category: Construction Projects
Closing Date / Time 28/11/2018 12:00 PM
Approved PHP 28,801,336.07
Budget for
the Contract:

Contract 0 Day/s
Duration:

Client
Agency:

Contact MARLYN LAZARO


Person: BAC Secretariat Staff
1052 M. Naval St., Sipac-Almacen,
Navotas City
M. Naval St., Sipac-Almcen, Navotas
City
Navotas City
Metro Manila
Philippines 1485
63-2-2818706 Ext.427
63-2-2818706
navotasbacsec@gmail.com

Description
INVITATION TO BID

CONSTRUCTION OF VARIOUS INFRASTRUCTURE PROJECTS UNDER S.B. NO. 04 FOR THE CITY OF
NAVOTAS

The City Government of Navotas, through its Bids and Awards Committee, will hold a Public Bidding for the
CONSTRUCTION OF VARIOUS INFRASTRUCTURE PROJECTS UNDER S.B. NO. 04 FOR THE CITY OF
NAVOTAS, with an approved budget for the contract amounting to TWENTY-EIGHT MILLION EIGHT HUNDRED
ONE THOUSAND THREE HUNDRED THIRTY-SIX PESOS AND SEVEN CENTAVOS (PHP 28,801,336.07).

SCHEDULE AND TIME TABLE


Pre-Bidding Conference November 15, 2018 at 2:00 in the Afternoon
Submission of Bid November 28, 2018 on or before 12:00 noon
Opening of Bid November 28, 2018 at 2:00 in the Afternoon

Particulars
1. Lot 1 – Installation of LED Streetlight along R-10 Road (Single Arm Post), Barangays NBBS Proper and
NBBN, Navotas City / ABC PhP 5,679,568.47
2. Lot 2 – Installation of LED Streetlight along R-10 Road (Center Island, Double Arm Post), Barangays NBBS
Proper and NBBN, Navotas City / ABC PhP 9,115,148.73
3. Lot 3 – Installation of LED Streetlight along North Bay Blvd., Barangays NBBS Proper and NBBN, Navotas
City / ABC PhP 10,208,093.05
4. Lot 4 – Installation of Solar Streetlight at Centennial Park along Riverwall, Brgy. BBN, Navotas City / ABC
PhP 3,798,525.82

All procurement schedule will held at the Mayor's Conference Room at the Fourth Floor, Navotas City Hall
Building, Mariano Naval Street, Navotas City.

Bids received in excess of the ABC shall be automatically rejected at bid opening. Excess in ABC shall cover all
the financial component of the above procurement including but not limited to the ABC per unit/item/goods as
stated in the list of technical specifications and purchase request.

Bidders should have completed, within TWO (2) YEARS from the date of submission and receipt of bids, a
contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents,
particularly, in Section II. Instructions to Bidders.

Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail”
criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise
known as the “Government Procurement Reform Act”.

Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for eligibility
provided in the IRR of RA 9184 and pertinent GPPB Rules and Regulations.

Interested bidders may obtain further information from City Government of Navotas - Bids and Awards
Committee and inspect the Bidding Documents at the address given below during 8:00 Am to 5:00 PM –
Monday to Friday.

A complete set of Bidding Documents may be purchased by interested Bidders upon payment of a non-
refundable fee for the Bidding Documents in the amount prescribed by the GPPB Guidelines.

All Interested bidders should submit, upon request of the Bidding Documents, (a) Letter of Intent; (b)
Certified Photocopy of the Official Receipt for the payment of the Bidding Documents Fee.

The City Government of Navotas – Bids and Awards Committee reserves the right to accept or reject any bid,
to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby
incurring any liability to the affected bidder or bidders.

For further information, please refer to:


MS. EVANGELINE P. CRUZ, CPA
Head, BAC Secretariat

And / Or

Ms.Cristina Perez
Member, BAC Secretariat
Office of the BAC Secretariat
Third Floor,City Government of Navotas Building
1052 Mariano Naval Street, Navotas City 10527
Telefax: (02) 282 6565 local 406

(OSGD)
ATTY. JOEL JOSELITO DG. PARONG
BAC Chairperson

Pre-bid Conference

Date Time Venue


15/11/2018 2:00 PM 4TH FLOOR,
MAYOR'S
CONFERENCE
ROOM,
NAVOTAS
CITY HALL

Created by MARLYN LAZARO


Date Created 07/11/2018

INFRASTRUCTURE
51 MILLION ABOVE PROJECT COST

1.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5781577

Procuring Entity PROVINCE OF BILIRAN

Title Construction of Various Infrastructure Projects ITB 19-001


Area of Delivery Biliran Printable Version

Solicitation Number: ITB 19-001 Status Active

Trade Agreement: Implementing Rules and Associated Order


Regulations Components

Procurement Mode: Public Bidding Bid Supplements 1

Classification: Civil Works Document Request 0


List
Category: Construction Projects
Date Published 08/11/2018
Approved Budget for PHP 142,100,000.00
the Contract: Last Updated / Time 12/11/2018 3:44 PM

Contract Duration: 120 Day/s Closing Date / Time 18/12/2018 8:30 AM

Client Agency:

Contact Person: SOFRONIO B. DACILLO,


JR.
BAC Chairman
Capitol Bldg, Brgy.
Calumpang Naval Biliran
Naval
Biliran
Philippines 6560
63-53-5004116
63-53-5004116
gso.biliran@gmail.com

Description
ITB 19-001-20% DF, Cap. Outlay; Cal. Fund & MOOE-RM PEP 2019
INVITATION TO BID

The Provincial Government of Biliran, through its Bids and Awards Committee (BAC), invites contractors
registered with and classified by the Philippine Contractors Accreditation Board (PCAB) to bid for the
hereunder contract, charge to 20% DF 2019; Capital Outlay 2019, Calamity Fund 2019 and MOOE-RM2019:

1. Construction of Seawall (CN-19-001 Cal. Fund) P 1,000,000.00


Brgy. Bato, Maripipi
2. Construction of Seawall (CN-19-002 Cal. Fund) P 1,000,000.00
Brgy. Danao, Maripipi
3. Construction of Seawall (CN-19-003 Cal. Fund) P 500,000.00
Brgy. Binalayan East, Maripipi
4. Construction of Seawall (CN-19-004 Cal. Fund) P 1,000,000.00
Sitio Katipunan, Brgy. Victory, Caibiran
5. Construction of Seawall (CN-19-005 Cal. Fund) P 1,000,000.00
Sitio Tondo, Brgy. Magbangon, Cabucgayan
6. Construction of Flood Control (CN-19-006 Cal. Fund) P 2,000,000.00
Sito Lomboy, Brgy. Calumpang, Naval
7. Construction of Flood Control P 8,000,000.00
(CN-19-007 Cal. Fund) Brgy. Atipolo, Naval
8. Construction of Flood Control (CN-19-008 Cal. Fund) P 7,000,000.00
Sito Cogon, Brgy. Larrazabal, Naval
9. Restoration of Road Embankment P 500,000.00
(CN-19-009 Cal. Fund) Lobog, Brgy. Villacaneja, Naval
10. Reblocking and Expansion of Road P 1,000,000.00
(CN-19-010-20% DF) Brgy. Pili, Almeria
11. Concreting of Pathway (CN-19-011-20% DF) P 500,000.00
Sitio Sampao, Brgy. Pili, Almeria
12. Concreting of Pathway (Rotary Housing) P 500,000.00
(CN-19-012-20% DF) Sitio Ilijan, Brgy. Pob., Almeria
13. Road Expansion (CN-19-013 -20% DF) P 1,000,000.00
Sitio Ilijan, Brgy. Poblacion, Almeria
14. Road Expansion (CN-19-014 -20% DF) P 2,000,000.00
Brgy. Salangi, Almeria
15. Constn. of Multi-Purpose Gym, Phase I P 3,000,000.00
(CN-19-015 -20% DF) Brgy. Tabunan, Almeria
16. Rehab/Improv’t. of Mun. Wharf, Phase I P 3,000,000.00
(CN-19-016-20% DF) Brgy. Poblacion, Biliran
17. Rehab/Improv’t. of Brgy. Road (CN-19-017-20% DF) P 1,000,000.00
Brgy. Julita, Biliran
18. Concreting of Pathways and Exp. of Road P 1,000,000.00
(CN-19-018-20% DF) Brgy. San Isidro, Biliran
19. Concreting of Pathways and Exp. of Road P 1,000,000.00
(CN-19-019-20% DF) Brgy. San Roque, Biliran
20. Improvement of Drainage (CN-19-020-20% DF) P 1,000,000.00
Balaquid E/S, Brgy. Balaquid, Cabucgayan
21. Concreting of Brgy. Road (CN-19-021-20% DF) P 1,000,000.00
Brgy. Balaquid, Cabucgayan
22. Constn. of Flood Control-Batuan Brook P 3,000,000.00
(CN-19-022-20% DF) Brgy. Bunga, Cabucgayan
23. Constn. of Flood Control, Buwaon River P 1,000,000.00
(CN-19-023 -20% DF) Sitio Kapayas, Brgy. Bunga, Cabucgayan
24. Constn. of Flood Control (CN-19-024-20% DF) P 1,000,000.00
Brgy. Esperanza, Cabucgayan
25. Concreting of Pathway (CN-19-025-20% DF) P 1,000,000.00
Brgy. Langgao, Cabucgayan
26. Concreting of Pathway (CN-19-026-20% DF) P 500,000.00
Sitio Lapwas, Brgy. Looc, Cabucgayan
27. Concreting of Brgy. Road (CN-19-027-20% DF) P 500,000.00
Brgy. Alegria, Caibiran
28. Concreting of Pathway (CN-19-028-20% DF) P 500,000.00
Sitio Guindulangan, Brgy. Binohangan, Caibiran
29. Completion of Gymnasium Roofing P 500,000.00
(CN-19-029-20% DF) Brgy. Manlabang, Caibiran
30. Improv't. of Multi-Purpose Pavement P 1,000,000.00
(CN-19-030-20% DF) Brgy. Manlabang, Caibiran
31. Constn. of Drainage (CN-19-031-20% DF) P 1,000,000.00
Sitio Paraiso, Brgy. Manlabang, Caibiran
32. Concreting of Road (CN-19-032-20% DF) P 1,000,000.00
Brgy. Palanay, Caibiran
33. Multi-Purpose Pavement, New Bus Terminal P 3,000,000.00
(CN-19-033-20% DF) Brgy. Palanay, Caibiran
34. Expansion of Pathway (CN-19-034-20% DF) P 500,000.00
Brgy. Union, Caibiran
35. Concreting of Pathway (CN-19-035-20% DF) P 500,000.00
Sitio Boren, Brgy. Villa Vicenta, Caibiran
36. Road Expansion (CN-19-036-20% DF) P 1,000,000.00
Brgy. Bacolod, Culaba
37. Construction of Flood Control (CN-19-037-20% DF) P 2,100,000.00
Brgy. Bool East, Culaba
38. Constn. of Seawall (CN-19-038-20% DF) P 1,000,000.00
Brgy. Habuhab, Culaba
39. Reblocking of Road (CN-19-039-20% DF) P 500,000.00
Brgy. Patag, Culaba
40. Constn. of Seawall (CN-19-040-20% DF) P 1,000,000.00
Sitio Picas, Brgy. Virginia, Culaba
41. Improv’t./Rehab. of Brgy. Water System (Cluster) P 3,000,000.00
(CN-19-041-20% DF) Brgys. Tubig-Ginoo/Baganito/San Lorenzo/Bilwang/
Inasuyan/Ungale/ Mapuyo/Burabod/Tucdao/Villa Cornejo) Mun. of Kawayan
42. Completion of Stage (CN-19-042-20% DF) P 500,000.00
Brgy. Balacson, Kawayan
43. Embankment (Piling of Rock w/ PCCP) P 1,000,000.00
(CN-19-043-20% DF) Municipal Seaport, Brgy. Balite, Kawayan
44. Embankment/Multi-Purpose Pavement P 300,000.00
(CN-19-044-20% DF) Brgy. Bulalacao, Kawayan
45. Concreting of Brgy. Road (CN-19-045-20% DF) P 1,000,000.00
Brgy. Kansanok-Sitio Tadloy, Brgy. Masagongsong, Kawayan
46. Embankment/Multi-Purpose Pavement P 400,000.00
(CN-19-046-20% DF) Brgy. Madao, Kawayan
47. Constn. of Seawall (CN-19-047-20% DF) P 2,000,000.00
Brgy. Masagongsong, Kawayan
48. Improv’t. of Drainage with PCCP P 1,000,000.00
(CN-19-048-20% DF) Brgy. Poblacion, Kawayan
49. Constn. of Drainage Canal (CN-19-049-20% DF) P 300,000.00
Brgy. Tabunan North, Kawayan
50. Improv’t. of Brgy. Road (CN-19-050-20% DF) P 1,000,000.00
Sitio Spillway, Brgy. Tucdao, Kawayan
51. Improv’t. of Multi-Purpose Pavement P 700,000.00
(CN-19-051 - 20% DF) Sitio Anas, Brgy. Ungale, Kawayan
52. Improv’t. of Multi-Purpose Pavement P 300,000.00
(CN-19-052-20% DF) Sitio Buri, Brgy. Ungale, Kawayan
53. Constn. of Seawall (CN-19-053-20% DF) P 1,000,000.00
Brgy. Agutay, Maripipi
54. Concreting of Multi-Purpose Pavement P 500,000.00
(CN-19-054-20% DF) Brgy. Canduhao, Maripipi
55. Concreting of Pathway (CN-19-055-20% DF) P 500,000.00
Brgy. Viga, Maripipi
56. Constn. of Flood Control (CN-19-056-20% DF) P 2,000,000.00
Brgy. Agpangi, Naval
57. Concreting of Road (CN-19-057-20% DF) P 1,000,000.00
Sitio Dapdap, Brgy. Agpangi, Naval
58. Constn. of Drainage (CN-19-058-20% DF) P 1,000,000.00
Brgy. Atipolo, Naval
59. Constn. of Flood Control (CN-19-059-20% DF) P 2,000,000.00
Brgy. Calumpang, Naval
60. Installation of Streetlighting (CN-19-060-20% DF) P 2,000,000.00
Brgy. Calumpang, Naval
61. Constn. of Drainage (CN-19-061-20% DF) P 2,000,000.00
Brgy. Calumpang, Naval
62. Restoration of Bridge Approach P 10,000,000.00
(CN-19-062-20% DF) Mother Mary Bridge, Brgy. Calumpang, Naval
63. Fab. & Installation of Drainage Cover P 500,000.00
(CN-19-063-20% DF) Sitio Mangga, Brgy. Calumpang, Naval
64. Concreting of Pathway (Muslim Area) P 500,000.00
(CN-19-064-20% DF) Sitio Tubod, Brgy. Calumpang, Naval
65. Concreting of FMR (CN-19-065-20% DF) P 3,000,000.00
Brgy. Catmon, Naval
66. Concreting of Road (CN-19-066-20% DF) P 1,000,000.00
Bahay Pag-asa to Crisis Center, Brgy. Larrazabal, Naval
67. Concreting of Road (CN-19-067-20% DF) P 2,000,000.00
PNP, Brgy. Larrazabal, Naval
68. Concreting of Road (CN-19-068-20% DF) P 1,000,000.00
Brgy. Larrazabal, Naval
69. Construction of Flood Control (CN-19-069-20% DF) P 4,000,000.00
Brgy. Larrazabal, Naval
70. Constn. of FMR (CN-19-070-20% DF) P 2,000,000.00
Sitio Cadama, Brgy. Lucsoon, Naval
71. Improv't./Rehab. of Basketball Court P 1,000,000.00
(CN-19-071-20% DF) Puro Kobe, Brgy. Lucsoon, Naval
72. Road Expansion and Drainage (CN-19-072-20% DF) P 3,000,000.00
Puro Kobe, Brgy. Lucsoon, Naval
73. Concreting of Road (CN-19-073-20% DF) P 1,000,000.00
Brgy. PS Eamiguel, Naval
74. Construction of Flood Control (CN-19-074 -20% DF) P 2,000,000.00
Brgy. Sabang, Naval
75. Construction of Drainage (CN-19-075-20% DF) P 1,000,000.00
Brgy. Smo. Rosario, Naval
76. Road Widening (CN-19-076 -20% DF) P 2,000,000.00
Brgy. Talustusan, Naval
77. Constn. of Senior Citizen's Bldg./Evacuation Center P 1,000,000.00
Phase I (CN-19-077-CO) Brgy. Iyusan, Almeria
78. Repair/Improv't. of Brgy. Hall (CN-19-078-CO) P 500,000.00
Brgy. Look, Almeria
79. Road Widening (CN-19-079-CO) P 1,000,000.00
Sitio Biasong, Brgy. Talahid, Almeria
80. Constn. of Bgry. Hall (CN-19-080-CO) P 1,000,000.00
Brgy. Magbangon, Cabucgayan
81. Constn. of Multi-Purpose Bldg., Phase I P 1,000,000.00
(CN-19-081-CO) Brgy. Victory, Caibiran
82. Constn. of Bgry. Hall, Phase I (CN-19-082-CO) P 3,000,000.00
Brgy. Guindapunan, Culaba
83. Constn. of Bgry. Hall, Phase I (CN-19-083-CO) P 500,000.00
Brgy. San Roque, Culaba
84. Completion of Bgry. Hall (CN-19-084-CO) P 1,000,000.00
Brgy. Villa Cornejo, Kawayan
85. Completion of Stage (CN-19-085-CO) P 1,000,000.00
Brgy. Caraycaray, Naval
86. Concreting of Road (CN-19-086-CO) P 2,000,000.00
Brgy. Caraycaray, Naval
87. Renovation of Bgry. Hall, Phase I (CN-19-087-CO) P 1,000,000.00
Brgy. Calumpang, Naval
88. Concreting of Road (CN-19-088-CO) P 1,000,000.00
Brgy. Calumpang, Naval
89. Concreting of Road (CN-19-089-CO) P 1,000,000.00
Sitio Sampaguita, Brgy. Calumpang, Naval
90. Concreting of Road (CN-19-090-CO) P 1,000,000.00
Puro Kobe, Brgy. Lucsoon, Naval
91. Concreting of Road, Prov't. Gov’t. Housing Project P 5,000,000.00
(CN-19-091-CO) Brgy. Larrazabal, Naval
92. Reblocking of Road (CN-19-092-CO) P 1,000,000.00
Caneja St., Brgy. Smo. Rosario, Naval
93. Constn. of Comfort Room (CN-19-093-MOOE-PEO) P 1,000,000.00
Prov'l. Civic Center, Capitol Compound, Calumpang, Naval
94. Improv't. of Prov'l. Veterinary Office P 500,000.00
(CN-19-094-MOOE-PEO) Capitol Compound, Calumpang, Naval
95. Improv't. of SK Room, SP Office (CN-19-095-MOOE-PEO) P 500,000.00
Capitol Compound, Brgy. Calumpang, Naval
96. Constn. of BAC Office, Phase 2 (CN-19-096 -MOOE-PEO) P 1,000,000.00
Capitol Compound, Brgy. Calumpang, Naval
97. Consnt. of Prov'l. Tourism and Information Office P 1,000,000.00
Phase 2 (CN-19-097- MOOE-PEO) Capitol Compound, Brgy. Calumpang, Naval
----------------------
Total . . . . P 142,100,000.00

Prospective bidders should possess a valid PCAB License applicable to the contract, have completed a similar
contract with a value of at least 50% of the ABC, and have key personnel and equipment (listed in the
Eligibility Forms) available for the prosecution of the contract. The BAC will use non-discretionary pass/fail
criteria in the Eligibility Check/Screening as well as the Preliminary Examination of Bids. The BAC will conduct
post-qualification of the lowest calculated bid.

All particulars relative to Eligibility Statement and Screening, Bid Security, Performance Security, Pre-Bidding
Conference, Evaluation of Bids, Post-Qualification and Award of Contract shall be governed by the pertinent
provisions of R.A. 9184 and its Implementing Rules and Regulation (IRR).

The schedules of BAC activities are as follows:

BAC Activities Schedule


1. 1. Advertisement/Posting of ITB/ Submission for Expression of Interest November 8-14, 2018
2. Issuance/Availability of Bid Documents November 8-December 18, 2018
3. Pre-Bid Conference 8:30 AM, December 7, 2018
3. Request for Clarification December 11, 2018
4. Supplemental/Bid Bulletin December 14, 2018
5. Deadline for Submission of Bids/Receipt & Opening 8:30 AM, December 18, 19 & 20, 2018

The BAC will issue Bidding Documents at BAC Office, Capitol Building, Calumpang, Naval, Biliran to bidders
upon payment of a non-refundable amount of P500.00 for projects P500,00.00 and below; P1,000.00 for
projects more than P500,000.00 up to P1.0M; P5,000.00 for projects more than P1.0M up to P5.0M and
P10,000.00 for projects more than P5.0M

The Provincial Government of Biliran assumes no responsibility whatsoever to compensate or indemnify


bidders for any expenses incurred in the preparation of their bids.

Approved by:

(SGD)SOFRONIO B. DACILLO, JR.


BAC Chairman

Line Items
Item No. Product/Service Name Description

1 Construction of Seawall (CN-19-001 Cal. Fund) Brgy. Bato, Maripipi

2 Construction of Seawall (CN-19-002 Cal. Fund) Brgy. Danao, Maripipi

3 Construction of Seawall (CN-19-003 Cal. Fund) Brgy. Binalayan East, Maripipi

4 Construction of Seawall (CN-19-004 Cal. Fund) Sitio Katipunan, Brgy. Victory, Caibiran

5 Construction of Seawall (CN-19-005 Cal. Fund) Sitio Tondo, Brgy. Magbangon, Cabucgayan

6 Construction of Flood Control (CN-19-006 Cal. Fund) Sito Lomboy, Brgy. Calumpang, Naval

7 Construction of Flood Control (CN-19-007 Cal. Fund) Brgy. Atipolo, Naval

8 Construction of Flood Control (CN-19-008 Cal. Fund) Sito Cogon, Brgy. Larrazabal, Naval

9 Restoration of Road Embankment (CN-19-009 Cal. Fund) Lobog, Brgy. Villacaneja, Naval

10 Reblocking and Expansion of Road (CN-19-010-20% DF) Brgy. Pili, Almeria

11 Concreting of Pathway (CN-19-011-20% DF) Sitio Sampao, Brgy. Pili, Almeria

12 Concreting of Pathway (Rotary Housing) (CN-19-012-20% DF) Sitio Ilijan, Brgy. Pob., Almeria

13 Road Expansion (CN-19-013 -20% DF) Sitio Ilijan, Brgy. Poblacion, Almeria

14 Road Expansion (CN-19-014 -20% DF) Brgy. Salangi, Almeria

15 Constn. of Multi-Purpose Gym, Phase I (CN-19-015 -20% DF) Brgy. Tabunan, Almeria

16 Rehab/Improv’t. of Mun. Wharf, Phase I (CN-19-016-20% DF) Brgy. Poblacion, Biliran

17 Rehab/Improv’t. of Brgy. Road (CN-19-017-20% DF) Brgy. Julita, Biliran

18 Concreting of Pathways and Exp. of Road (CN-19-018-20% DF) Brgy. San Isidro, Biliran

19 Concreting of Pathways and Exp. of Road (CN-19-019-20% DF) Brgy. San Roque, Biliran

20 Improvement of Drainage (CN-19-020-20% DF) Balaquid E/S, Brgy. Balaquid, Cabucgayan

21 Concreting of Brgy. Road (CN-19-021-20% DF) Brgy. Balaquid, Cabucgayan


22 Constn. of Flood Control-Batuan Brook (CN-19-022-20% DF) Brgy. Bunga, Cabucgayan

23 Constn. of Flood Control, Buwaon River (CN-19-023 -20% DF) Sitio Kapayas, Brgy. Bunga, Cabucgayan

24 Constn. of Flood Control (CN-19-024-20% DF) Brgy. Esperanza, Cabucgayan

25 Concreting of Pathway (CN-19-025-20% DF) Brgy. Langgao, Cabucgayan

26 Concreting of Pathway (CN-19-026-20% DF) Sitio Lapwas, Brgy. Looc, Cabucgayan

27 Concreting of Brgy. Road (CN-19-027-20% DF) Brgy. Alegria, Caibiran

28 Concreting of Pathway (CN-19-028-20% DF) Sitio Guindulangan, Brgy. Binohangan, Caibiran

29 Completion of Gymnasium Roofing (CN-19-029-20% DF) Brgy. Manlabang, Caibiran

30 Improv't. of Multi-Purpose Pavement (CN-19-030-20% DF) Brgy. Manlabang, Caibiran

31 Constn. of Drainage (CN-19-031-20% DF) Sitio Paraiso, Brgy. Manlabang, Caibiran

32 Concreting of Road (CN-19-032-20% DF) Brgy. Palanay, Caibiran

33 Multi-Purpose Pavement, New Bus (CN-19-033-20% DF) Brgy. Palanay, Caibiran


Terminal

34 Expansion of Pathway (CN-19-034-20% DF) Brgy. Union, Caibiran

35 Concreting of Pathway (CN-19-035-20% DF) Sitio Boren, Brgy. Villa Vicenta, Caibiran

36 Road Expansion (CN-19-036-20% DF) Brgy. Bacolod, Culaba

37 Construction of Flood Control (CN-19-037-20% DF) Brgy. Bool East, Culaba

38 Constn. of Seawall (CN-19-038-20% DF) Brgy. Habuhab, Culaba

39 Reblocking of Road (CN-19-039-20% DF) Brgy. Patag, Culaba

40 Constn. of Seawall (CN-19-040-20% DF) Sitio Picas, Brgy. Virginia, Culaba

41 Improv’t./Rehab. of Brgy. Water System (CN-19-041-20% DF) Brgys. Tubig-Ginoo/Baganito/San Lorenzo/Bilwan


(Cluster) Mapuyo/Burabod/Tucdao/Villa Cornejo) Mun. of Kawayan

42 Completion of Stage (CN-19-042-20% DF) Brgy. Balacson, Kawayan

43 Embankment (Piling of Rock w/ PCCP) (CN-19-043-20% DF) Municipal Seaport, Brgy. Balite, Kawayan

44 Embankment/Multi-Purpose Pavement (CN-19-044-20% DF) Brgy. Bulalacao, Kawayan

45 Concreting of Brgy. Road (CN-19-045-20% DF) Brgy. Kansanok-Sitio Tadloy, Brgy. Masagongson

46 Embankment/Multi-Purpose Pavement (CN-19-046-20% DF) Brgy. Madao, Kawayan

47 Constn. of Seawall (CN-19-047-20% DF) Brgy. Masagongsong, Kawayan

48 Improv’t. of Drainage with PCCP (CN-19-048-20% DF) Brgy. Poblacion, Kawayan

49 Constn. of Drainage Canal (CN-19-049-20% DF) Brgy. Tabunan North, Kawayan

50 Improv’t. of Brgy. Road (CN-19-050-20% DF) Sitio Spillway, Brgy. Tucdao, Kawayan

51 Improv’t. of Multi-Purpose Pavement (CN-19-051 - 20% DF) Sitio Anas, Brgy. Ungale, Kawayan

52 Improv’t. of Multi-Purpose Pavement (CN-19-052-20% DF) Sitio Buri, Brgy. Ungale, Kawayan

53 Constn. of Seawall (CN-19-053-20% DF) Brgy. Agutay, Maripipi

54 Concreting of Multi-Purpose Pavement (CN-19-054-20% DF) Brgy. Canduhao, Maripipi

55 Concreting of Pathway (CN-19-055-20% DF) Brgy. Viga, Maripipi

56 Constn. of Flood Control (CN-19-056-20% DF) Brgy. Agpangi, Naval

57 Concreting of Road (CN-19-057-20% DF) Sitio Dapdap, Brgy. Agpangi, Naval


58 Constn. of Drainage (CN-19-058-20% DF) Brgy. Atipolo, Naval

59 Constn. of Flood Control (CN-19-059-20% DF) Brgy. Calumpang, Naval

60 Installation of Streetlighting (CN-19-060-20% DF) Brgy. Calumpang, Naval

61 Constn. of Drainage (CN-19-061-20% DF) Brgy. Calumpang, Naval

62 Restoration of Bridge Approach (CN-19-062-20% DF) Mother Mary Bridge, Brgy. Calumpang, Naval

63 Fab. & Installation of Drainage Cover (CN-19-063-20% DF) Sitio Mangga, Brgy. Calumpang, Naval

64 Concreting of Pathway (Muslim Area) (CN-19-064-20% DF) Sitio Tubod, Brgy. Calumpang, Naval

65 Concreting of FMR (CN-19-065-20% DF) Brgy. Catmon, Naval

66 Concreting of Road (CN-19-066-20% DF) Bahay Pag-asa to Crisis Center, Brgy. Larrazabal,

67 Concreting of Road (CN-19-067-20% DF) PNP, Brgy. Larrazabal, Naval

68 Concreting of Road (CN-19-068-20% DF) Brgy. Larrazabal, Naval

69 Construction of Flood Control (CN-19-069-20% DF) Brgy. Larrazabal, Naval

70 Constn. of FMR (CN-19-070-20% DF) Sitio Cadama, Brgy. Lucsoon, Naval

71 Improv't./Rehab. of Basketball Court (CN-19-071-20% DF) Puro Kobe, Brgy. Lucsoon, Naval

72 Road Expansion and Drainage (CN-19-072-20% DF) Puro Kobe, Brgy. Lucsoon, Naval

73 Concreting of Road (CN-19-073-20% DF) Brgy. PS Eamiguel, Naval

74 Construction of Flood Control (CN-19-074 -20% DF) Brgy. Sabang, Naval

75 Construction of Drainage (CN-19-075-20% DF) Brgy. Smo. Rosario, Naval

76 Road Widening (CN-19-076 -20% DF) Brgy. Talustusan, Naval

77 Constn. of Senior Citizen's Phase I (CN-19-077-CO) Brgy. Iyusan, Almeria


Bldg./Evacuation Cente

78 Repair/Improv't. of Brgy. Hall (CN-19-078-CO) Brgy. Look, Almeria

79 Road Widening (CN-19-079-CO) Sitio Biasong, Brgy. Talahid, Almeria

80 Constn. of Bgry. Hall (CN-19-080-CO) Brgy. Magbangon, Cabucgayan

81 Constn. of Multi-Purpose Bldg., Phase I (CN-19-081-CO) Brgy. Victory, Caibiran

82 Constn. of Bgry. Hall, Phase I (CN-19-082-CO) Brgy. Guindapunan, Culaba

83 Constn. of Bgry. Hall, Phase I (CN-19-083-CO) Brgy. San Roque, Culaba

84 Completion of Bgry. Hall (CN-19-084-CO) Brgy. Villa Cornejo, Kawayan

85 Completion of Stage (CN-19-085-CO) Brgy. Caraycaray, Naval

86 Concreting of Road (CN-19-086-CO) Brgy. Caraycaray, Naval

87 Renovation of Bgry. Hall, Phase I (CN-19-087-CO) Brgy. Calumpang, Naval

88 Concreting of Road (CN-19-088-CO) Brgy. Calumpang, Naval

89 Concreting of Road (CN-19-089-CO) Sitio Sampaguita, Brgy. Calumpang, Naval

90 Concreting of Road (CN-19-090-CO) Puro Kobe, Brgy. Lucsoon, Naval

91 Concreting of Road, Prov't. Gov’t. Housing (CN-19-091-CO) Brgy. Larrazabal, Naval


Project

92 Reblocking of Road (CN-19-092-CO) Caneja St., Brgy. Smo. Rosario, Naval

93 Constn. of Comfort Room (CN-19-093-MOOE-PEO)


94 Improv't. of Prov'l. Veterinary Office (CN-19-094-MOOE-PEO) Capitol Compound, Calumpang, Naval

95 Improv't. of SK Room, SP Office (CN-19-095-MOOE-PEO) Capitol Compound, Brgy. Calumpang, Naval

96 Constn. of BAC Office, Phase 2 (CN-19-096 -MOOE-PEO) Capitol Compound, Brgy. Calumpang, Naval

97 Consnt. of Prov'l. Tourism and Phase 2 (CN-19-097- MOOE-PEO) Capitol Compound, Brgy. Calumpang,
Information Office

Pre-bid Conference

Date Time Venue


07/12/2018 8:30 AM Provincial
Engineering
Office
Capitol
Compound
Calumpang
Naval,
Biliran

Created by SOFRONIO B. DACILLO, JR.


Date Created 07/11/2018

2.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5775129

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - BATAAN 1ST DEO

Title Flood Control and Drainage-Flood Control Structure/Facilities-


Construction/Repair/Rehabilitation/ Improvement of
Various Infrastructure including Local Projects-
Construction/Rehabilitation of Flood Co

Area of Delivery
Printable Version

Solicitation 19CA0035 Status Active


Number: Associated Order
Trade Implementing Rules and Components
Agreement: Regulations Bid Supplements 0
Procurement Public Bidding Document Request 8
Mode: List

Date Published 09/11/2018


Classification: Civil Works Last Updated / Time 09/11/2018 12:00 AM

Category: Construction Projects Closing Date / Time 16/11/2018 5:00 PM

Approved Budget PHP 96,499,996.39


for the Contract:

Contract 300 Day/s


Duration:

Client Agency:

Contact Person: Ruby E De Jong


Human Resource Mgt.
Asst.
Capitol Site
Balanga City
Bataan
Philippines 2100
63-47-7912165 Ext.1013
63-47-7912580
rubydpwh@yahoo.com.ph

Description
Procurement ID/Contract ID: 19CA0035
Contract Name: Flood Control and Drainage-Flood Control Structure/Facilities-
Construction/Repair/Rehabilitation/ Improvement of Various Infrastructure including Local
Projects-Construction/Rehabilitation of Flood Control Project along Colo River Bacong Section,
Phase B
Contract Location: Hermosa, Bataan
Brief Description Construction of Flood Mitigation Structure
Approved Budget for the Contract (ABC): Php 96,499,996.39
Source of Funds: FY 2019 DPWH-Infrastructure Program Based on NEP
Contract Duration: 300 C.D.
Cost of Bidding Documents Php 50,000.00

The schedule of key procurement activities for this Contract is shown below:

Activity Time Place


1. Issuance/Downloading
of Bidding Documents November 09-29, 2018 Hard copies at BAC Secretariat, DPWH-Bataan 1st
DEO, Roman Expressway, Mulawin,Orani,Batan
Downloadable from DPWH Website, www.dpwh.gov.ph, PHILGEPS Website,www.philgeps.gov.ph
and website of concerned foreign financing institution
2. Pre-Bid Conference November 16, 2018@ 2:00 P.M. DPWH-Bataan 1st DEO
3. Receipt by the BAC of Bids Deadline : November 29, 2018@10:00 A.M. DPWH-Bataan 1st DEO
4. Opening of Bids November 29, 2018@10:00 A.M. DPWH-Bataan 1st DEO

Approved by:

ELVIRA C. SALAZAR
BAC-Chairperson
NOTED:

ERLINDO R. FLORES, JR.


District Engineer

Created by Ruby E De Jong


Date Created 05/11/2018
3.

Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5659597

Procuring Entity METROPOLITAN WATERWORKS AND SEWERAGE SYSTEM

Title PROCUREMENT OF BUILD INFRASTRUCTURE PROJECT FOR THE PROPOSED


THREE (3) STOREY MWSS REGULATORY OFFICE BUILDING (Contract No. RO-
IP2018-001)

Area of Delivery Metro Manila Printable Version

Solicitation Number: Contract No. RO-IP2018- Status Active


001 Associated Components Order
Trade Agreement: Implementing Rules and Bid Supplements 4
Regulations
Document Request List 16
Procurement Mode: Public Bidding
Date Published 25/09/2018
Classification: Civil Works
Last Updated / Time 31/10/2018 2:15 PM
Category: Construction Projects
Closing Date / Time 15/11/2018 12:00 PM
Approved Budget for PHP 105,000,000.00
the Contract:

Contract Duration: 300 Day/s

Client Agency:

Contact Person: Ranjev M Garcia


Procurement Personnel
Katipunan Road, Balara
Diliman,
Quezon City
Metro Manila
Philippines 1101
63-2-4358902
63-2-4363226
ranjevgarcia@yahoo.com

Description
Please see attached Invitation to Bid for more details.

Due to file size limitation of PhilGEPS, the Bidding Documents can't be uploaded in PhilGEPS.
For interested bidders who wish to secure a soft copy, it can be downloaded in the MWSS Regulatory Office
Website (http://ro.mwss.gov.ph/) or can be requested by sending an email to jicignacio8@gmail.com or
macarla.benito@gmail.com

Pre-bid Conference
Date Time Venue
11/10/2018 10:00 AM OCR
Conference
Room, 3rd
Floor,
Engineering
Building,
MWSS
Compound
Katipunan
Road,
Balara,
Quezon
City, 1105

Remarks
The revised BOQ and Drawings can be downloaded thru
http://ro.mwss.gov.ph/?page_id=5872

Created by Ranjev M Garcia


Date Created 24/09/2018

4.

Bid Notice Abstract

Invitation to Bid (ITB)


Reference Number 5757644

Procuring Entity DEPARTMENT OF EDUCATION - MAIN

Title Upgrading of Network Infrastructure including Communications and


Security Systems of DepEd Central Office

Area of Delivery Metro Manila Printable Version

Solicitation 2018-10-ICTS3(011)-BI-CB-027 Status Active


Number: Associated Order
Trade Implementing Rules and Regulations Components
Agreement: Bid Supplements 1
Procuremen Public Bidding Document Request 23
t Mode: List
Classificatio Goods Date Published 28/10/2018
n:
Last Updated / Time 30/10/2018 7:19 PM
Category: Information Technology Closing Date / Time 19/11/2018 9:00 AM

Approved PHP 64,999,999.17


Budget for
the
Contract:

Delivery 120 Day/s


Period:

Client
Agency:

Contact Lady Love Sebastian Arenas


Person: Technical Assistant
DepED Complex, Meralco Avenue,
Pasig City
Metro Manila
Philippines 1600
63-2-6366543
63-2-6339343
depedcentral.bacsecretariat@deped.go
v.ph

Description
The Department of Education (DepEd) Central Office, through the DCP FY 2018 Funds under the 2018 General
Appropriations Act intends to apply the sum total of Philippine Pesos Sixty-Four Million, Nine Hundred Ninety-
Nine Thousand, Nine Hundred Ninety-Nine and 17/100 (PhP 64,999,999.17) being the Approved Budget for
the Contract (ABC) to payments under the contracts for the Upgrading of Network Infrastructureincluding
Communications and Security Systems of DepEd Central Office corresponding to each lot, detailed as follows:

LOT ITEM Description Approved Budget for the Contract (ABC) in PhP
1
1 Fiber and Copper Network Structured Cabling (Passive Components) 59,991,251.20
2 Fiber and Copper Network Active Components, Network Security and Network Asset Management
3 Data Center Upgrading
4 Unified IP Telephone System
5 IP-Based Unified Paging System
2 1 IP-Based CCTV Upgrading 5,008,747.97
TOTAL ABC 64,999,999.17

End-user/Implementing Unit: Information and Communications Technology Service –


Technology Infrastructure Division
(ICTS-TID)
Project Site: DepEd Central Office
Contract Duration: Lot No. 1
One Hundred Twenty (120) calendar days
Lot No. 2
Sixty (60) calendar days

Bidders may bid for any or both lots. Evaluation and award shall be on a per lot basis. Bids received in excess
of the ABC for the lot shall be automatically rejected at bid opening.

The DepEd, through the Bids and Awards Committee II, now invites bids for the above-described Goods and
services. Prospective bidders must have completed, within ten (10) years immediately preceding the deadline
date for submission and receipt of bids, at least two (2) similar contracts, and the aggregate contract amount,
whose value, adjusted to current prices using the Phil. Statistics Authority price indices, is equivalent to at
least fifty percent (50%) of the ABC of the lot to be bid; and the largest of similar contracts must be
equivalent to at least twenty-five percent (25%)of the ABC of the lot to be bid.

Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail”
criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act (RA)
9184, otherwise known as the “Government Procurement Reform Act”.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty
percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or
organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens,
pursuant to RA 5183.

Interested bidders may obtain further information from the DepEd Procurement Management Service at
Telephone Nos. 636-6542 or 633-9343 and inspect the Bidding Documents, at the address indicated herein
for issuance of Bidding Documents during office hours.

A complete set of Bidding Documents may be acquired by interested Bidders from the DepEd Procurement
Management Service (ProcMS), Room M-511, 5th Floor, Mabini Building, DepEd Central Office Complex,
Meralco Avenue, Pasig City upon accomplishing a bidder’s information sheet and payment of a non-refundable
fee for the Bidding Documents to the DepEd Cashier in the amount of:

Lot No. Cost of Bidding Documents


1 PhP 50,000.00
2 PhP 10,000.00
1 & 2 PhP 50,000.00

Payment in check(s) should be made payable to DECS – OSEC Trust.

Schedule and venue of the procurement activities are as follows:


Activity Date and Time Venue
Issuance of Bidding Documents From October 28, 2018 Office Hours to November 5, 2018; 9:00 A.M. DepEd-
ProcMS, Room M-511, 5/F, Mabini Building, DepEdCO Complex, Meralco Ave., Pasig City
Pre-Bid Conference November 5, 2018; 9:00 A.M. Procurement Management Service Conference Room, Rm.
418, 4/F, Mabini Bldg., DepEd Complex
Deadline for Submission of Bids November 19, 2018; 9:00 A.M. Procurement Management Service
Conference Room, Rm. 418, 4/F, Mabini Bldg., DepEd Complex
Opening of Bids

Bidders are encouraged to order or download the electronic copy of the Bidding Documents free of charge
from the PhilGEPS website at www.philgeps.gov.ph, provided that Bidders shall pay the applicable fee for the
Bidding Documents not later than the submission of their bids. A copy of the bidding documents and other
information may also be viewed and downloaded at the DepEd website at www.deped.gov.ph. The pre-bid-
conference is open to all prospective bidders.

Bids must be duly received by the BAC Secretariat, at the address provided herein for submission of bids, on
or before the deadline for submission and opening of bids indicated herein. All Bids must be accompanied by a
bid security in any of the acceptable forms and in the amount stated in ITB Clause 18. Bids will be opened in
the presence of the bidders’ representatives who choose to attend at the address provided herein. Late bids
shall not be accepted.

DepEd 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.

For further information, please refer to:

Jessa B. Buela
Administrative Officer II
BAC Secretariat Division
Rm. M-511, 5th Floor, Mabini Bldg.
DepEd Central Office Complex
Meralco Avenue, Pasig City
Telephone Nos. 636-6542 or 633-9343
Email address: depedcentral.bacsecretariat@deped.gov.ph
(SGD.)
Atty. REVSEE A. ESCOBEDO
Assistant Secretary and
Chairperson

Line Items
Item No. Product/Service Name Description

1 Upgrading of 1 Fiber and Copper Network Structured Cabling (Passive Components) 2 Fiber and
Network Infrastructure Security and Network Asset Management 3 Data Center Upgrading 4 Unified IP Tel

2 Upgrading of IP-Based CCTV Upgrading


Network Infrastructure

Pre-bid Conference

Date Time Venue


05/11/2018 9:00 AM Procurement
Management
Service
Conference
Room, Rm.
418, 4/F,
Mabini
Bldg.,
DepEd
Complex

Created by Lady Love Sebastian Arenas


Date Created 27/10/2018

5.
Bid Notice Abstract

Invitation to Bid (ITB)

Reference Number 5805477

Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION I

Title Construction/Improvement of Various Infrastructure in Support of


National Security, Construction of Road Net at 702 Bde, Manaoag,
Pangasinan

Area of Delivery
Printable Version

Solicitation Number: 19A00077 Status Active

Trade Agreement: Implementing Rules and Associated Order


Components
Regulations Bid Supplements 0

Procurement Mode: Public Bidding Document Request List 1

Classification: Civil Works Date Published 14/11/2018

Category: Construction Projects Last Updated / Time 14/11/2018 12:00 AM

Approved Budget for PHP 79,612,500.00 Closing Date / Time 03/12/2018 10:00 AM
the Contract:

Contract Duration: 0 Day/s

Client Agency:

Contact Person: Emmanuel W Diaz


BAC Chairman
DPWH - ROI
San Fernando City
La Union
Philippines
63-72-6822856
63-72-6822856
delizo.dave@dpwh.gov.ph

Description
1. Earthworks; 2. Removal of Obstructions (Existing ACP); 3. 2-Lane PCCP Carriageway (w=6.1m,
t=280mm); 4. PCCP Shoulder, w=1.50m both sides, t=230mm; 5. Drainage Structures (RCBC and
RCPC); 6. Road Signages; 7. Reflectorized Thermoplastic Pavement Markings; 8. Sidewalk 9. Concrete
Curb and Gutter

Pre-bid Conference

Date Time Venue


21/11/2018 10:00 AM 2nd Floor,
Conference
Room of
DPWH-
Regional
Office I,
City of San
Fernando,
La Union

Other Information
https://goo.gl/oahvmb

Created by Emmanuel W Diaz


Date Created 13/11/2018

Vous aimerez peut-être aussi