Advertisement Tenders
Advertisement Tenders
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 9.4 Million (USD 162.2 K)
Details: Description Invitation To Bid For Repair/rehabilitation Of Main Canal Of Rida Ris, Bula, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/repairnis Cy 2025 Intends To Apply The Sum Of P 9,414,588.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/rehabilitation Of Main Canal Of Rida Ris, Bula, Camarines Sur With Contract Reference No. Repairnis-cs-riis-015-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. 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 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”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 2:30 Pm Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 2:30 Pm Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 2:30 Pm Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 2:30 Pm Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Repair/rehabilitation Of Main Canal Of Rida Ris, Bula, Camarines Sur, With Project Identification Number Repairnis-cs-riis-015-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/repairnis Cy 2025 In The Amount Of Php 9,414,588.77. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 16.4 Million (USD 283.9 K)
Details: Description Invitation To Bid For Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restonis Cy 2025 Intends To Apply The Sum Of P 16,480,426.84 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur With Contract Reference No. Restonis-cs-cris-014-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. 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 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”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 1:30 Pm Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 1:30 Pm Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 25,000.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 1:30 Pm Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 1:30 Pm Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur, With Project Identification Number Restonis-cs-cris-014-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restonis Cy 2025 In The Amount Of Php 16,480,426.84. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 1.4 Million (USD 24.1 K)
Details: Description Invitation To Bid For Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restocis Cy 2025 Intends To Apply The Sum Of P 1,403,900.46 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur With Contract Reference No. Restocis-cs-thiris-012-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. 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 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”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 10:30 Am Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 10:30 Am Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 10:30 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 10:30 Am Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur, With Project Identification Number Restocis-cs-thiris-012-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restocis Cy 2025 In The Amount Of Php 1,403,900.46. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 9.4 Million (USD 163.5 K)
Details: Description Invitation To Bid For Repair/rehabilitation Of Main Canal And Settling Basin Of Rida Ris, Baao, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/repairnis Cy 2025 Intends To Apply The Sum Of P 9,489,711.49 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/rehabilitation Of Main Canal And Settling Basin Of Rida Ris, Baao, Camarines Sur With Contract Reference No. Repairnis-cs-riis-011-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. 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 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”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 9:30 Am Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 9:30 Am Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 10,000.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 9:30 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 9:30 Am Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Repair/rehabilitation Of Main Canal And Settling Basin Of Rida Ris, Baao, Camarines Sur, With Project Identification Number Repairnis-cs-riis-011-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/repairnis Cy 2025 In The Amount Of Php 9,489,711.49. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 3.6 Million (USD 63.4 K)
Details: Description Invitation To Bid For Fabrication And Installation Of Screen Bar At Dam Site And Restoration Of Canal And Canal Structures Along Main Canal Of Gaao Cis, Tigaon, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restocis Cy 2025 Intends To Apply The Sum Of P 3,684,463.71 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Fabrication And Installation Of Screen Bar At Dam Site And Restoration Of Canal And Canal Structures Along Main Canal Of Gaao Cis, Tigaon, Camarines Sur With Contract Reference No. Restocis-cs-cris-010-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. 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 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”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 8:30 Am Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 8:30 Am Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 8:30 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 8:30 Am Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Fabrication And Installation Of Screen Bar At Dam Site And Restoration Of Canal And Canal Structures Along Main Canal Of Gaao Cis, Tigaon, Camarines Sur, With Project Identification Number Restocis-cs-cris-010-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restocis Cy 2025 In The Amount Of Php 3,684,463.71. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
PKP LHS SP Z O O Tender
Others
Poland
Closing Date6 Feb 2025
Tender AmountNA
Details: 1. The Ordering Party invites Contractors with knowledge and experience in the subject of the Order to present the estimated value of the execution of this Order. 2. The Ordering Party reserves the right to: 1) terminate or cancel this Rfi at any stage and without giving a reason, 2) conduct price negotiations in the form of an auction, by phone or electronically - depending on the Ordering Party's choice. 4. For the purposes of conducting market research, the subject of the Order has been defined as "1 Service", the total estimated price (net) for the entire period of execution of the Order transferred from the Quotation Form should be provided. 5. The Order Agreement will be signed, depending on the choice: 1) with a qualified electronic signature, 2) with a trusted signature, or 3) with an electronic personal signature. 6. This Rfi is for informational purposes only, it is not an advertisement within the meaning of the Public Procurement Law and may end with the selection of the Contractor.
City Of Cape Town Tender
Electronics Equipment...+1Electrical and Electronics
South Africa
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Ict - Hardware Reference Number Gk12500359 Title Cable Video, Hdmi To Hdmi 5m Description 3 Each X Cable Video, Hdmi To Hdmi 5m 1 Each X Cable Hdmi To Dvi Adapter - 1.5m 3 Each X Portable Power Bank 80 000mah 15 Each X Multi Plug, 10 Way, Overload Protection 10 Each X Cable Usb2.0 Type-a To Serial Port Specification* Refer To Gk12500359 Supply And Delivery Of 3 X Cable Video, Hdmi To Hdmi 5m Specifications Cable - Type Video, Hdmi To Hdmi Length 5 Meters Specifications V1.4 Hdmi Cable Or Aboveenergy Star Standards,green Seal Standards. Contact Person Ashley Thorne Contact Number 061 241 7464 Delivery Address Is<(>&<)>t Section, 4th Floor, Podium Block, Civic Centre *please Contact Ashley Prior To Date Of Delivery To Confirm * Supply And Delivery Of 1 X Cable Hdmi To Dvi Adapter - 1.5m Specifications Cable - Type Hdmi To Dvi Adapter Cable 1.5m High-speed Hdmi-to-dvi Cable High Quality Cable With A Durable Pvc Outer Layer Shielded And Corrosion Resistant. Contact Person Lara Rottcher Contact Number 074 917 0030 Delivery Address 4th Floor Keller House, 121 Loop Street, Cape Town *please Contact Lara Prior To Date Of Delivery To Confirm * Supply And Delivery Of 3 X Portable Power Bank 80 000mah Specificaitons 80 000mah Large Capacity Portable Power Bank With 3 Input Ports (micro, Type-c, Lightning) And 4 Output Ports (including Flash, Micro, Type-c, And Lightning Support). Micro, Type-c And Lightning Cables To Be Included. Led Dislay, Lcd Screen Display Contact Person Andre Ford Contact Number 084 800 0599 Delivery Address 4th Floor, Podium Block, Civic Centre, 12 Hertzog Boulevard, Cape Town *please Contact Andre Prior To Date Of Delivery To Confirm * Supply And Delivery Of 15 X Multi Plug, 10 Way, Overload Protection 5m Cord Contact Person Laverne Fredericks Contact Number 0214002746 Delivery Address Erp, 4th Floor, Tower Block, Cpt Civic Centre *please Contact Laverne Prior To Date Of Delivery To Confirm * Supply And Delivery Of 10 X Cable Usb2.0 Type-a To Serial Port Specifications Cable - Type Usb2.0 Type-a To Serial Port Backward Compatible With Usb1.1 80cm Support Over 1mbps Data Transfer Rate Support Rs232 Serial Interface (db25 Or Db9) Contact Person Werner Barnard Contact Number 083 640 5569 Delivery Address 3rd Floor, Telecoms Offices, Civic Centre, Podium Block *please Contact Werner Prior To Date Of Delivery To Confirm Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, Will Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/01/31 Delivery Toinformation Tech And Telecom Maintenance Planning Plant Delivery Address12 Hertzog Blvd, Cape Town Contact Personelzette Opperman Telephone Number0214275093 Cell Number Closing Date2025/01/20 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 3.2 Million (USD 54.6 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Baras, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Two Hundred Thousand Pesos Only (php3,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-008 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Baras, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7-occupational Safety And Health Program (3.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No.1047(2)b – Structural Steel Roof Truss (9,252.85 Kg), Item No. 1047(2)c – Structural Purlins (3,278.16 Kg), Item No. 1047(5)- Metal Structures Accessories (steel Plate) (993.13 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (264.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (415.62 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (84.79 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (84.79 M.), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (54.00 L.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (27.00 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (53.94 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (40.00 M), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. Spl -1 – Backboard Support (1.00 Lot), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed 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 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. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. 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 Five Thousand Pesos Only (php5,000.00). 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 06, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 20, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan 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 Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 3.4 Million (USD 58 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Camcuevas, Gen. Macarthur, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Four Hundred Thousand Pesos Only (php3,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-013 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Camcuevas, Gen. Macarthur, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7- Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)b – Structural Steel Roof Truss (9,495.95 Kg), Item No. 1047(2)c – Strucutral Purlins (3,961.11 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods)(288.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (489.25 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (92.62 L.m.), Item No.1003(11)a1 – Fascia Board. 12mm Fiber Cement Board (92.62 M), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (60.00 L.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (30.00 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (138.60 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (40.00 M), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. Spl-1 – Backboard Support (1.00 Lot), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed 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 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. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. 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 Five Thousand Pesos Only (php5,000.00). 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan 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 Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
City Of Cape Town Tender
Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wa12500133 Title Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Description 2 Each X Cct32921-front Shocks 2 Each X Cct32921-front Shocks Mounts 2 Each X Cct32921-rear Shocks 1 Each X Cct32921-expansion Bottle 1 Each X Cct32921-heater Valve(under Intake Manif 1 Each X Cct33263-left Front Park Light Bulb(501 1 Each X Cct33263-left Rear Park Light Bulb (big 1 Each X Cct33263-left Rear Brake Light Bulb(big 1 Each X Cct33543-left Lower Control Arm(complete 1 Each X Cct33543-right Lower Control Arm(complet 2 Each X Cct33543-front Shocks 2 Each X Cct33543-rear Shocks Specification* Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33263 Toyota Quantum 2.7 At 2017 Vin No Jtfrx13p008048981 Notification 902168588 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33263 Toyota Quantum 2.7 At 2017 Vin No Jtfrx13p008048981 Notification 902168588 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33263 Toyota Quantum 2.7 At 2017 Vin No Jtfrx13p008048981 Notification 902168588 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33543 Toyota Etios 1.5 Al 2017 Vin No Mbjb29bt500116821 Notification 902170797 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33543 Toyota Etios 1.5 Al 2017 Vin No Mbjb29bt500116821 Notification 902170797 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33543 Toyota Etios 1.5 Al 2017 Vin No Mbjb29bt500116821 Notification 902170797 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33543 Toyota Etios 1.5 Al 2017 Vin No Mbjb29bt500116821 Notification 902170797 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Delivery Date2025/02/14 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reed Street, Cape Town Contact Personbiza Telephone Number0214445017 Cell Number000000000 Closing Date2025/02/05 Closing Time10 00 Am Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswb1@capetown.gov.za Buyer Detailsh.primoe Buyer Phone0214449895 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
4311-4320 of 4468 archived Tenders