Civil Engineering Tenders

National Irrigation Administration Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zds Imo Projects (cluster 1) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-egpipcluster12025-064 (infra) Project Name : Zamboanga Del Sur Imo Projects Contract Location : Zamboanga Del Sur Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System (cluster 1) Approved Budget For The Contract (abc) : Php 72,759,207.62 Contract Duration : 200 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting A Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : March 5 – 24, 2025 At 8:30 Am Pre-bid Conference : March 12, 2025 At 1:00 Pm Submission Of Bids : March 24, 2025 At 8:30 Am Opening Of Bids : March 24, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting March 5 – 24, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 12 March 2025 At 1:00 Pm At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 24 March 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/ssm-jysj-jdr Opening Of Bids : Https://meet.google.com/zoj-expr-urj 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Category: “b” With Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works), Size Range “medium A” – Irrigation And Flood Control. Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 4 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 4 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 4 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Geodetic Engineer 3 Years A Licensed Geodetic Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 4 Compressor 50 Hp 4 Generator Set 15kva 4 Water Pump (for Pump Testing) 15hp 4 Dump Truck 10 Cu.m. 4 Dump Truck 4 Cu.m. 4 Welding Machine 300a 4 Concrete Mixer 1-bagger 4 Concrete Vibrator 5hp 4 Butt Fusion Machine Up To 4” Diameter 4 Service Vehicle 4x4 Pick-up 2 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 4 Sets Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 4 Dump Truck 10 Cu.m. 4 Dump Truck 4 Cu.m. 4 Service Vehicle 4x4 Pick-up 2 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 4 Sets The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Closing Date24 Mar 2025
Tender AmountPHP 72.7 Million (USD 1.2 Million)

National Irrigation Administration Tender

Civil And Construction...+3Irrigation Work, Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Invitation To Bid For Supply, Delivery & Installation Of Solar Power Irrigation Pump, Structures & Accessories, Construction Of Pump House, Reservoir, Canalization And Canal Structures For Zdn Rso Projects (cluster 3) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-egpipcluster32025-066 (infra) Project Name : Zamboanga Del Norte Rso Projects Contract Location : Zamboanga Del Norte Scope Of Works : Supply, Delivery & Installation Of Solar Power Irrigation Pump, Structures & Accessories, Construction Of Pump House, Reservoir, Canalization And Canal Structures For Zdn Rso Projects (cluster 3) Approved Budget For The Contract (abc) : Php 97,816,304.46 Contract Duration : 150 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting A Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : March 5 – 24, 2025 At 8:30 Am Pre-bid Conference : March 12, 2025 At 1:00 Pm Submission Of Bids : March 24, 2025 At 8:30 Am Opening Of Bids : March 24, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting March 5 – 24, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 12 March 2025 At 1:00 Pm At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 24 March 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/ssm-jysj-jdr Opening Of Bids : Https://meet.google.com/zoj-expr-urj 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Category: “b” With Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works), Size Range “medium A” – Irrigation And Flood Control. Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 6 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 3 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 6 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 6 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Geodetic Engineer 3 Years A Licensed Geodetic Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 3 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 3 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 150m 6 Compressor 50 Hp 6 Generator Set 15kva 6 Water Pump (for Pump Testing) 15hp 6 Dump Truck 10 Cu.m. 6 Welding Machine 300a 6 Concrete Mixer 1-bagger 6 Concrete Vibrator 5hp 6 Butt Fusion Machine Up To 4” Diameter 6 Service Vehicle 4x4 Pick-up 2 Geo-resistivity Equipment (multi-electrode) Up To 150m Depth 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 150m 6 Dump Truck 10 Cu.m. 6 Service Vehicle 4x4 Pick-up 2 Geo-resistivity Equipment (multi-electrode) Up To 150m Depth 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Closing Date24 Mar 2025
Tender AmountPHP 97.8 Million (USD 1.7 Million)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Const. Of Solar House, Control Room, Water Storage Tank, Security Fence, Canalization And Canal Structure, Installation Of Solar Pump System, Fertigation System, Ai Satellite Assisted Monitoring System For Zs Imo Projects (cluster 3) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-egpipcluster32025-057 (infra) Project Name : Zamboanga Sibugay Imo Projects Contract Location : Siay, Ipil, Tungawan & Titay Scope Of Works : Const. Of Solar House, Control Room, Water Storage Tank, Security Fence, Canalization And Canal Structure, Installation Of Solar Pump System, Fertigation System, Ai Satellite Assisted Monitoring System Approved Budget For The Contract (abc) : Php 116,452,483.88 Contract Duration : 270 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting A Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : February 28 – March 19, 2025 At 8:30 Am Pre-bid Conference : March 7, 2025 At 9:00 Am Submission Of Bids : March 19, 2025 At 8:30 Am Opening Of Bids : March 19, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting February 28 – March 19, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 07 March 2025 At 9:00 Am At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 19 March 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/fux-vgbx-kwt Opening Of Bids : Https://meet.google.com/wmc-nhkr-rrv 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Category: “b” With Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works), Size Range “medium A” – Irrigation And Flood Control. Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 4 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 4 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 4 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Geodetic Engineer 3 Years A Licensed Geodetic Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 4 Compressor 50 Hp 4 Generator Set 15kva 6 Water Pump (for Pump Testing) 15hp 2 Dump Truck 10 Cu.m. 6 Dump Truck 4 Cu.m. 6 Welding Machine 300a 6 Concrete Mixer 1-bagger 6 Concrete Vibrator 5hp 6 Butt Fusion Machine Up To 4” Diameter 2 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 4 Dump Truck 10 Cu.m. 6 Dump Truck 4 Cu.m. 6 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Closing Date19 Mar 2025
Tender AmountPHP 116.4 Million (USD 2 Million)

National Irrigation Administration Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zambasulta Rso Projects (cluster 4) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-egpipcluster42025-067 (infra) Project Name : Zambasulta Rso Projects Contract Location : Zamboanga City, Basilan, Sulu, Tawi-tawi Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zambasulta Rso Projects (cluster 4) Approved Budget For The Contract (abc) : Php 165,159,873.81 Contract Duration : 220 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting A Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : March 5 – 24, 2025 At 8:30 Am Pre-bid Conference : March 12, 2025 At 1:00 Pm Submission Of Bids : March 24, 2025 At 8:30 Am Opening Of Bids : March 24, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting March 5 – 24, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 12 March 2025 At 1:00 Pm At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 24 March 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/ssm-jysj-jdr Opening Of Bids : Https://meet.google.com/zoj-expr-urj 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Category: “b” With Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works), Size Range “medium A” – Irrigation And Flood Control. Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 3 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 11 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 3 Geodetic Engineer 3 Years A Licensed Geodetic Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 11 Compressor 50 Hp 11 Generator Set 15kva 11 Water Pump (for Pump Testing) 15hp 11 Dump Truck 10 Cu.m. 11 Dump Truck 4 Cu.m. 11 Welding Machine 300a 11 Concrete Mixer 1-bagger 11 Concrete Vibrator 5hp 11 Butt Fusion Machine Up To 8” Diameter 11 Service Vehicle 4x4 Pick-up 6 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 3 Survey Instrument 6 Sets Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 11 Dump Truck 10 Cu.m. 11 Dump Truck 4 Cu.m. 11 Service Vehicle 4x4 Pick-up 6 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 3 Survey Instrument 6 Sets The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Closing Date24 Mar 2025
Tender AmountPHP 165.1 Million (USD 2.8 Million)

Philippine National Police Tender

Civil And Construction...+3Others, Excavation, Construction Material
Philippines
Details: Description Republic Of The Philippines National Police Commission Philippine National Police Police Regional Office 6 Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City Request For Expression Of Interest For Conduct Of Soil Bearing Capacity Test (sbct) To The Lots Of The Eight (8) Police Stations 1. The Philippine National Police, Police Regional Office 6 (pro6), Through The Approved Program Of Expenditures (poe-pa) Of The Pnp Trust Receipts For The Month Of September 2024 Intends To Apply The Sum Of One Million One Hundred Four Thousand Pesos (php1,104,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Conduct Of Soil Bearing Capacity Test (sbct) To The Lots Of The Eight (8) Police Stations With Id No. Pro6-02-016-2025-cs. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Philippine National Police, Police Regional Office 6 (pro6) Now Calls For The Submission Of Eligibility Documents For The Conduct Of Soil Bearing Capacity Test (sbct) To The Lots Of The Eight (8) Police Stations. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before March 17, 2025, 2:00 Pm At Rio Hall, Headquarters Police Regional Office 6 (pro6), Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From Regional Bids And Awards Committee (rbac) Secretariat At Headquarters Police Regional Office 6 (pro6), Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm, Monday To Friday. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 7, 2025 Up To 10:00 Am Of April 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of Seven (7) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Criteria Weight 1. Applicable Experience Of Firm A) Overall Experience Of The Firm  Five Years And Above (30 Points)  Three To Four Years (25 Points)  One To Three Years (20 Points) B) Number Of Projects Undertaken By The Firm Similar To The Project To Bid  Five Similar Projects (20 Points)  Three Similar Projects (15 Points)  One Similar Project (10 Points) 50 Points 2. Qualification Of Personnel To Be Assigned To The Job (work Experience And Number Of Similar Projects Implemented) Vis-à-vis Extent And Complexity Of Undertaking A) Individual Experience Of The Geotechnical/civil Engineer With Specialization In Geotechnical Engineering  Five Years And Above (15 Points)  Three To Four Years (10 Points)  One To Three Years (5 Points) B) Number Of Projects Undertaken Similar To The Project To Be Bid  Five Similar Projects (15 Points)  Three Similar Projects (10 Points)  One Similar Project (5 Points) 30 Points 3. Plan Of Approach And Methodology In Delivering The Services Required.  Completion Of Projects Within 90 Cd (20 Points)  Completion Of Projects Within 100 Cd (10 Points)  Completion Of Projects Within 120 Cd (5 Points) 20 Points Total 100 Points To Be Eligible For Inclusion In The Short List, A Consultant Must Obtain A Minimum Or Passing Total Score Of 70 Points. Prospective Bidders Shall Be Ranked From Highest To Lowest Earned Points To Determine The List Of The Seven (7) Eligible Prospective Bidders. In Case Of Eight Prospective Or More Eligible Prospective Bidders Will Earn The Same Points, The Same Shall Be Resolved By Drawing Of Lots. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 7. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Weights Allocated For The Technical And Financial Proposals Are 70% And 30%, Respectively. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days. 9. The Philippine National Police, Police Regional Office 6 (pnp, Pro6) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Pltcol Romeo S Mallari Asst. Chief, Rlrdd/head Secretariat Headquarters Police Regional Office 6, Camp Gen Martin Teofilo B Delgado, Fort San Pedro, Iloilo City (033)-315-50-71/09985986097, 5000 Email Add: Orlrddpro6@gmail.com Website: Pro6.pnp.gov.ph March 7, 2025 Sgd Alexander G Mariano Police Colonel Adrda/chairman
Closing Date14 Apr 2025
Tender AmountPHP 1.1 Million (USD 19.2 K)

Civil Aviation Authority Of The Philippines - CAAP Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For The Provision Of Covered Shed At Main Gate Of Bicol International Airport 1. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Through The Caap Corporate Budget For Cy 2025 Intends To Apply The Sum Of Six Million Four Hundred Ninety-eight Thousand Seven Hundred Sixteen Pesos And 93/100 (php 6,498,716.93) Being The Abc To Payments Under The Contract For Provision Of Covered Shed At Main Gate Of Bicol International Airport / Caap Bicol International Airport Bac Contract No. 2025-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Now Invites Bids For The Provision Of Covered Shed At Main Gate Of Bicol International Airport. Completion Of The Works Is Required Within One Hundred Sixty (160) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. For This Purpose, Similar Contract Refers To Construction Of Vertical Structure Using Structural Steel Framing (i-beams) And Steel Connections As Main Building Frames. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5. Prospective Bidders May Obtain Further Information From Civil Aviation Authority Of The Philippines, Area Center V, At Its Physical Address At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay, And Inspect The Bidding Documents From 8:00am To 5:00pm, Monday To Friday. 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 01 April 2025 To 22 April 2025 From The Given Physical Address Below, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Six Hundred Pesos (php 5,600.00), Including 12% Vat. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through His Authorized Representative. 7. The Civil Aviation Authority Of The Philippines, Area Center V Will Hold A Pre-bid Conference On 10 April 2025 At 2:00 P.m. Onwards At Its Physical Address At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At Its Physical Address, Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay, Not Later Than 2:00 P.m. Of 22 April 2025. Online Submission Is Not Allowed And Late Submission Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Prospective Bidders Should Possess The Following: Technical Personnel 1 - Registered Civil Engineer 1 - Materials Engineer 1 - Surveyor 1 - Nurse 1 - Safety Officer 1 - Safety Aide 1 - Construction Foreman 1 - Master Electrician Equipment • Boom Truck Or Truck Mounted Crane With The Following Specs: - Minimum Lifting Capacity At Extended Boom Of 12 Meters Is 1 Ton. - Boom Length At Vertical Position Must Be In 12 Meters Minimum Or Beyond. • Welding Machine, 300 Amp; • Manual Bar Cutter; • Torch With Regulator And Gauge; • One Bagger Concrete Mixer; • Concrete Vibrator; • Plate Compactor; • Dump Truck; • Concrete Saw; • Backhoe W/ Pavement Breaker Pcab License "small B – License Category C & D " 11. Bid Opening Shall Be On 22 April 2025 At 2:00 P.m. Onwards At The Physical Address Of The Civil Aviation Authority Of The Philippines, Area Center V At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Shall Resolve Cases Involving A Tie, After Post-qualification, Among Bidders Determined And Declared As The Lowest Calculated Responsive Bidder (lcrb), By Drawing Lots. 13. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: "the Bac Secretariat Bac Office, G/f Admin Building Civil Aviation Authority Of The Philippines Area Center V, Bicol International Airport Daraga, Albay Telephone Nos. 0906-410-2901 Email Ad.: Legazpiairport.bac@gmail.com" Roland N. Bocito Chairperson
Closing Date22 Apr 2025
Tender AmountPHP 6.4 Million (USD 114.6 K)

Civil Aviation Authority Of The Philippines - CAAP Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Construction Of Covered Pathway At Main Gate Of Bicol International Airport 1. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Through The Caap Corporate Budget For Cy 2025 Intends To Apply The Sum Of Seven Million Nine Hundred Ninety-five Thousand Six Hundred Pesos And 79/100 (php 7,995,600.79) Being The Abc To Payments Under The Contract For Construction Of Covered Pathway At Main Gate Of Bicol International Airport / Caap Bicol International Airport Bac Contract No. 2025-004. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Now Invites Bids For The Construction Of Covered Pathway At Main Gate Of Bicol International Airport. Completion Of The Works Is Required Within One Hundred Sixty-four (164) Calendar Days. Bidders Should Have Completed, Within The Last Five (5) Years, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. For This Purpose, Similar Contract Refers To Construction Of Covered Shed Or Vertical Structure Using Structural Steel Framing (i-beams) And Steel Connections As Main Building Frames. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5. Prospective Bidders May Obtain Further Information From Civil Aviation Authority Of The Philippines, Area Center V, At Its Physical Address At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay, And Inspect The Bidding Documents From 8:00am To 5:00pm, Monday To Friday. 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 06 May 2025 To 26 May 2025 From The Given Physical Address Below, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Six Hundred Pesos (php 5,600.00), Including 12% Vat. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through His Authorized Representative. 7. The Civil Aviation Authority Of The Philippines, Area Center V Will Hold A Pre-bid Conference On 14 May 2025 At 2:00 P.m. Onwards At Its Physical Address At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At Its Physical Address, Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay, Not Later Than 2:00 P.m. Of 26 May 2025. Online Submission Is Not Allowed And Late Submission Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Prospective Bidders Should Possess The Following: Technical Personnel 1 - Civil Engineer 1 - Construction Foreman 1 - Safety Officer Equipment • Concrete Cutter; • Chipping Gun; • One Bagger Mixer; • Plate Compactor; • Bar Cutter; • Welding Machine 500 Amp; • Oxy Acetylene Cutting Torch/welding Outfit; • Generator Set; • Scaffolding Set; • Minor Tools And Equipment. Pcab License Small B – License Category C & D 11. Bid Opening Shall Be On 26 May 2025 At 2:00 P.m. Onwards At The Physical Address Of The Civil Aviation Authority Of The Philippines, Area Center V At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Shall Resolve Cases Involving A Tie, After Post-qualification, Among Bidders Determined And Declared As The Lowest Calculated Responsive Bidder (lcrb), By Drawing Lots. 13. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: "the Bac Secretariat Bac Office, G/f Admin Building Civil Aviation Authority Of The Philippines Area Center V, Bicol International Airport Daraga, Albay Telephone Nos. 0906-410-2901 Email Ad.: Legazpiairport.bac@gmail.com" Roland N. Bocito Chairperson
Closing Date26 May 2025
Tender AmountPHP 7.9 Million (USD 143.5 K)

Municipality Of Sibutad, Zamboanga Del Norte Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Municipality Of Sibutad Bids And Awards Committee January 31, 2025 Invitation To Bid The Local Government Unit Of Sibutad, Zamboanga Del Norte Through The Bids And Awards Committee Invites Potentials Bidders To Apply For Eligibility And Its Subsequent Eligible, To Bid For: 1. Name Of Project: Rehabilitation/improvement Of Old Municipal Hall (ground Floor Occupied By Treasury Personnel) 2. Location:lgu-sibutad, Sibutad, Zamboanga Del Norte 3. Project Category: Public Bidding 4. Source Of Funds: 2023, 20% Df, Ca 5. Project Description: Repair/improvement Of Municipal Treasurer’s Office 1. Replacement Of Door Jamb, Door Panel, Glass Jalousie Blades & Frame. 2. Installation Of Ceiling And Float Glass. 3. Replacement Of Floor Tiles. 4. Additional Of (1) One Unit Comfort Room With Tiles. 5. Installation Of Door Grill. 6. Construction Of Septic Tank With Complete Plumbing Works. 7. Extension Of Disbursing Officer’s Office 8. Repair Of Electrical Lines. 9. Painting Works. 10. Additional Of Lavatory Area With Tiles. 6. Approved Budget For The Contract: Php 763,902.74 7. Project Duration: 60 Cd 8. Minimum Equipment Requirement: Minimum Technical Personnel Required: 1 Civil Engineer 1 Electric Welding Machine 1 Construction Foreman Item No. Quantity Unit Description I 1.00 Unit Item Spl(a) – Project Billboard Ii L.s. L.s. Item 801 – Removal Of Structure & Obstruction Iii 6.38 Cu.m. Item 803 – Structure Excavation Iv 197.00 Pcs. Item Spl(b) – Metal Structure V 54.46 Sq.m. Item Spl(c) – Gypsum Board Vi 40.20 Sq.m. Item 1018(2.1.2) – Unglazed Tiles Vii 27.51 Sq.m. Item 1018(2.1.1) – Glazed Tiles And Trims Viii 9.24 Sq.m. Item 1010(b) – Door Panel Ix 5.00 Pcs. Item 1010(a) – Frames (jambs) X 17.00 Pcs. Item 1004(2) – Finishing Hardware Xi 7.74 Sq.m. Item 1012(a) – Float Glass Xii 16.38 Sq.m. Item 1009(1) – Glass Jalousie Windows Xiii 140.448 Kgs. Item 404 – Reinforcing Steel Xiv 1.19 Cu.m. Item 405(a) – Structural Concrete, Class A Xv 23.12 Sq.m. Item Spl(d) – Chb #4 Xvi 31.31 Sq.m. Item 1027 – Cement Plaster Finish Xvii 22.26 Sq.m. Item Spl(e) – Hardiflex Xviii 2.00 Sets Item Spl(f) – Pvc Door Xix 11.00 Sets Item 1002(c) – Plumbing Fixtures Xx 12.44 In.m. Item 1002(2.3) – Approved Alternate Pipes And Fittings Xxi 274.36 Sq.m. Item 1032(a) – Painting Works Xxii L.s. L.s. Item 1101 – Wires And Wiring Devices Xxiii 5.25 Sq.m. Item 903(2) – Formworks And Falsework Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Net Contracting Capacity Of At Least Equal To The Abc Or Credit Lines Commitments/cash Deposit From A National Profitable Commercial Bank Subject For Verification. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Checks/screening As Well As The Preliminary Examinations Of Bids, Evaluation Of Bids, Post Qualification Of The Lowest Calculated Bid Award. Schedule Of Procurement Activities 9. Issuance Of Result Of Eligibility Check January 31 – February 20, 2025 10. Issuance Of Bid Documents January 31 – February 20, 2025 11. Pre-bid Conference February 12, 2025 12. Receipts Of Bids (tech/financial Proposal) Not Later Than February 20, 2025 9:00 A.m. At Bac Secretariat Office 13. Opening Of Bids February 20, 2025 9:00 A.m. At Conference Room, Lgu-sibutad, Z.n. All Particulars Relative To Eligibility Statement And Screening Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Govern By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulations (irra). The Bac Will Issue Bidding Documents Only To Bidders Declared By The Bac To Be Eligible For The Bidding Upon Payment Of The Amount Based Of The Standard Rates Stated Below: Approved Budget Contract Max. Cost Of Bidding Documets (in Phil. Peso) More Than 50,000.00 Up To 500,000.00 500.00 More Than 500,000.00 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Eligible Contractors Shall Submit Their Duly Accomplished Price Proposals 1st Envelope(technical Proposal) And 2nd Envelope (financial Proposals) To The Bac Secretariat, Bac Office, Lgu- Sibutad, Zamboanga Del Norte Not Later Than 9:00 A.m. On February 20, 2025. Sgd. Jonathan V. Redillas Municipal Engineer Bac Chairman
Closing Date20 Feb 2025
Tender AmountPHP 763.9 K (USD 13.2 K)

Civil Aviation Authority Of The Philippines - CAAP Tender

Civil And Construction...+2Paints and Enamels, Civil Works Others
Philippines
Details: Description Invitation To Bid For The Repair And Repainting Of Runway, Taxiway And Apron Markings Including Distance To Go And Stop Way End Markers At Bicol International Airport 1. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Through The Caap Corporate Budget For Cy 2025 Intends To Apply The Sum Of Two Million Six Hundred Forty-nine Thousand Nine Hundred Thirty-two Pesos And 90/100 (php 2,649,932.90) Being The Abc To Payments Under The Contract For Repair And Repainting Of Runway, Taxiway And Apron Markings Including Distance To Go And Stop Way End Markers At Bicol International Airport / Caap Bicol International Airport Bac Contract No. 2025-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Now Invites Bids For The Repair And Repainting Of Runway, Taxiway And Apron Markings Including Distance To Go And Stop Way End Markers At Bicol International Airport. Completion Of The Works Is Required Within Sixty (60) Calendar Days. Bidders Should Have Completed, Within The Last Three (3) Years, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted To Current Prices Using The National Statistics Office Consumer Price Index. For This Purpose, Similar Contract Refers To Painting/repainting Of Any Vertical Or Horizontal Structure Located At The Airside Of An Operational Aerodrome. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5. Prospective Bidders May Obtain Further Information From Civil Aviation Authority Of The Philippines, Area Center V, At Its Physical Address At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay, And Inspect The Bidding Documents From 8:00am To 5:00pm, Monday To Friday. 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 04 March 2025 To 24 March 2025 From The Given Physical Address Below, And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Six Hundred Pesos (php 5,600.00), Including 12% Vat. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through His Authorized Representative. 7. The Civil Aviation Authority Of The Philippines, Area Center V Will Hold A Pre-bid Conference On 12 March 2025 At 2:00 P.m. Onwards At Its Physical Address At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At Its Physical Address, Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay, Not Later Than 2:00 P.m. Of 24 March 2025. Online Submission Is Not Allowed And Late Submission Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. 10. Prospective Bidders Should Possess The Following: Technical Personnel 1 - Civil Engineer 1 - Safety Officer 1 - Construction Foreman Equipment "generator Set With Floodlight Grinder" Pcab License "small B – License Category C & D With Other Classification Of Specialty-painting Works " 11. Bid Opening Shall Be On 24 March 2025 At 2:00 P.m. Onwards At The Physical Address Of The Civil Aviation Authority Of The Philippines, Area Center V At The Bac Office, G/f Admin Building, Bicol International Airport, Daraga, Albay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Shall Resolve Cases Involving A Tie, After Post-qualification, Among Bidders Determined And Declared As The Lowest Calculated Responsive Bidder (lcrb), By Drawing Lots. 13. The Civil Aviation Authority Of The Philippines, Area Center V, Bicol International Airport Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: "the Bac Secretariat Bac Office, G/f Admin Building Civil Aviation Authority Of The Philippines Area Center V, Bicol International Airport Daraga, Albay Telephone Nos. 0906-410-2901 Email Ad.: Legazpiairport.bac@gmail.com" Roland N. Bocito Chairperson
Closing Date24 Mar 2025
Tender AmountPHP 2.6 Million (USD 46.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Solicitation Number: 36c78625b0020 project Description: Gravesite Expansion And Cemetery Improvements Ft Jackson National Cemetery Project 930cm3005 the Solicitation Is Issued As An Invitation To Bid (ifb). This Is A Pre-solicitation Notice For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. the Department Of Veterans Affairs (va), National Cemetery Administration (nca) Intends To Issue Solicitation, Number 36c78625b0020 Entitled, Gravesite Expansion At The Ft Jackson National Cemetery Project 930cm3005 On Or About May 7th 2025, Unless Additional Notice Is Given, Or This Notice Is Modified Or Cancelled. this Opportunity Shall Be For A 100% Set Aside For Service-disabled Veteran Owned Small Businesses (sdvosb) Only. In Accordance With Public Law 109-461, The Veterans Benefits, Healthcare And Information Technology Act Of 2006, Pursuant To 38 Usc 8127(d), Competition Is Restricted To Sdvosb Construction Firms. in Order To Be Considered For Contract Award, The Lowest Responsive And Responsible Firm Meeting The Solicitation Requirement Shall Be Verified As An Sdvosb Firm In Veteran Small Business Certification (sba.gov) Website At The Time Of Submission. No Other Sources Will Be Considered. All Interested Firms Submitting A Bid Must Also Be Registered In The System For Award Management (sam) (https://www.sam.gov) Database At Time Of Bid Submission. in Accordance With Vaar 819.7003(b), At The Time Of Submission Of Bids, And Prior To Award Of Any Contract, The Bidder Must Represent To The Contracting Officer That It Is: sdvosb Eligible Under Vaar Subpart 819.70; small Business Concern Under The Naics Code Assigned To This Acquisition; And sdvosb Listed As Verified In Veteran Small Business Certification (sba.gov) Website. offers Received From Firms That Are Not Service-disabled Veteran-owned Small Business (sdvosb) And Who Are Not Registered In The System For Award Management (sam) Database Will Not Be Considered. (see Vaar Clause 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.) in Accordance With Vaar 819.7003(b), At The Time Of Submission Of Bids, And Prior To Award Of Any Contracts, The Bidder Must Represent To The Contracting Officer That It Is (1) Sdvosb Eligible Under Vaar Subpart 819.70; (2) Small Business Concern Under The Naics Code Assigned To This Acquisition; And (3) Sdvosb Listed As Verified In Sba Database At Https://veterans.certify.sba.gov. a Non-verified Vendor That Submits A Bid Or Proposal Will Be Rejected As Non-responsive. if You Are Not Registered With System For Award Management (sam) You May Register Online At Sam.gov. sam.gov Is The Official U.s. Government System That Consolidated The Capabilities Of Ccr/fedreg, Orca, And Epls. Beta.sam.gov Is Used As A Means To Provide Basic Business Information, Socioeconomic Status, Capabilities And Financial Information To The Government. This Requirement Will Apply To All Solicitations And Awards, Regardless Of The Media Use. contractor Must Be Certified Vets 4212 Athttps://www.dol.gov/agencies/vets/programs/vets 4212 At The Time Of Bid Submission And At Time Of Award. the Department Of Veterans Affairs, National Cemetery Administration Requirement Is For A Firm Fixed Price (ffp) Contract For A Contractor To Provide All Labor, Material, And Equipment Necessary For The Installation Of All Work Shown On The Plans And Described In The Specifications Including But Not Limited To: Columbarium Construction, General Construction, Roads, Walks, Grading, Drainage, Electrical, Mechanical, Plumbing, And Architectural Finishes, And Construction Of Other Items. the Government Anticipates The Award Of One (1), Firm Fixed Price (ffp) Contract, With An Anticipated Contract Period Of Performance Of Three Hundred Sixty-five (365) Calendar Days After Issuance Of The Government S Notice To Proceed (ntp). the Product Service Code (psc) For This Procurement Is Y1pc "construction Of Unimproved Real Property (land) the North American Industry Classification System (naics) Code For This Procurement Is 237990 Other Heavy And Civil Engineering Construction. the Business Size Standard For This Procurement Is $45.0 Million Dollars. per Far 36.204, The Magnitude Of Construction For This Project Is Between $5,000,000 And $10,000,000.00. interested Bidders Will Be Required To Furnish A Bid Bond; And The Awarded Contractor Will Be Required To Provide Performance And Payment Bonds. no Fax/ Facsimile Submitted Bids Will Be Accepted. all Bids Shall Be Subject To The Terms And Conditions Of The Solicitation. site Visit: Refer To Solicitation Far Clause 52.236-37 Site Visit For Detailed Pertaining To The Pre-bid Site Visit, All Interested Bidders Are Strongly Encouraged To Visit The Site Prior To Submitting A Bid Response. the Full Solicitation, Specifications And Drawings Will Be Posted On Contract Opportunities Unless Additional Notice Is Given, Or This Notice Is Modified Or Cancelled At The Contracting Opportunity Website (https://sam.gov/content/opportunities). the Acquisition Type For This Solicitation Will Be An Invitation For Bid (ifb). The Ifb Will Utilize The Electronic Bid Delivery/opening Process. There Will Be No Bids Mailed, Email, Usp, Fedex, Or Otherwise Stated, With The Exception All Prospective Bids Must Be Submitted Electronically Via Email To The Attention Of The Respective Contracting Officer At His Respective Government's Email Address Stated Herein. interested Bidders Must Register On The Website Before Submission/bid Due Date. interested Bidders Are Responsible For Monitoring And Downloading Any Amendments From The Contracting Opportunity Website (https://sam.gov/content/opportunities) Which May Be Issued To This Solicitation. notice To Potential Offerors: As Noted, This Procurement Is 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. Only Small Business Firms Are Eligible To Submit An Offer Or Receive A Contract Award For This Solicitation. To Be Eligible For Award, The Firm Must Be Considered A Sdvosb Under The Relevant Naics Code And Must Be Registered And Verified At The Website Http://www.veterans.certify.sba.gov. The Sba Website Database Will Be Checked Upon Receipt Of An Offer And Prior To Award; The Firm Must Also Be Currently Registered In The System For Award Management (sam) Database At Www.sam.gov And Have Completed Online Representations And Certifications Prior To Contract Award. at The Time Of Submission Of Bids, And Prior To Award Of Any Contracts, The Offeror Must Represent To The Contracting Officer That It Is A Sdvosb Concern Under The Naics Code Assigned To This Acquisition. in Order To Receive E-mail Notification Of Amendments, Interested Bidders Must Register At Www.sam.gov. Amendments To This Solicitation Will Not Be Mailed But Will Be Posted At The Contracting Opportunity Website (https://sam.gov/content/opportunities). Interested Bidders Are Responsible For Obtaining Solicitation From The Contracting Opportunity Website (https://sam.gov/content/opportunities) And Acknowledging Any And All Amendment(s) Issued For The Solicitation. no Other Information Regarding Statement Of Work, Scope, Dates, Etc. Will Be Available Until Issuance Of The Solicitation. as Authorized By Far 5.102 Availability Of Solicitations, Solicitation Dissemination Is Limited To Electronic Medium, And The Nca Will Provide No Hard Copies. The Solicitation, Consisting Of Various Bid Documents, Specifications, Forms, And Drawings Will Only Be Available For Download At No Charge At The Contracting Opportunity Website (https://sam.gov/content/opportunities). Further Details Of All Dates And Events Will Be Available In The Solicitation. No Other Site Shall Be Used To Obtain These Documents. a Bidder's List Will Not Be Prepared Nor Distributed By The Contracting Officer, As It Is The Bidder's Responsibility To Register On The Contracting Opportunity Website (https://sam.gov/content/opportunities). Bidders Are Advised That They Are Responsible For Obtaining. all Bid Documents And Acknowledging Any Amendments And Should Re-visit The Contracting Opportunity Website (https://sam.gov/content/opportunities) Website Periodically To Check For Any Modifications To This Notice, Updates, Or Amendments Without Further Notice From The Nca. questions: Any Interested Bidder Desiring An Explanation Or Interpretation Of The Solicitation Specifications Must Request It In Writing. Note: All Questions, Requests For Clarification And/or Information Regarding The Solicitation Must Be Submitted In Writing And Must Reference The Project Number, The Solicitation, And The Description Of The Project In The Header Or Opening Statement (email Is Acceptable) To The Contracting Officer: Clarelle Sylvain (clarelle.sylvain@va.gov). contracting Contact Person: clarelle Sylvain contracting Officer u.s. Department Of Veterans Affairs national Cemetery Administration contracting Services email: Clarelle.sylvain@va.gov (end Of Document)
Closing Date16 Jun 2025
Tender AmountRefer Documents 
6711-6720 of 7048 archived Tenders