Civil Work Tenders
Civil Work Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Closing Soon18 Mar 2025
Tender AmountPHP 96.4 Million (USD 1.6 Million)
Details: Description Invitation To Bid For Convergence And Special Support Program – Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road (package 3), Barangay Liyang, Pilar To Barangay Bilolo, Orion, Bataan, Province Of Bataan, Contract Id No. 25c00006. 1. The Dpwh-regional Office Iii, Through The Fy 2025 Intends To Apply The Sum Of P96,499,669.08 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Above-named Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-regional Office Iii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Sustainable Infrastructure Projects Alleviating Gaps (sipag) – Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road (package 3), Barangay Liyang, Pilar To Barangay Bilolo, Orion, Bataan. Contract Id No. : 25c00006 Locations : Province Of Bataan Scope Of Works : Earthworks: Embankment Approved Budget For The Contract : P96,499,669.08 Contract Duration : 270 Cal. Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of (“b”) For (medium “a”). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh-regional Office Iii And Inspect The Bidding Documents At Bac-secretariat – 2nd Floor, This Office During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 12 – March 04, 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 P50,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-regional Office Iii Will Hold A Pre-bid Conference On February 20, 2025 – 9:00 A.m. At The Bidding Room, 2nd Floor This Office, And/or Through Video Conference/webcasting Via Zoom (meeting Id: 873 1692 3469 And Passcode: Dpwhr32021) And Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3), Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At (electronicbids_r3@dpwh.gov.ph) For Electronic Submission From February 12 To March 04, 2025 Before 10:00 A.m.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On March 04, 2025 At 10:00 A.m. At Bidding Room, 2nd Floor, This Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Via Zoom, Which Shall Also Be Livestreamed On You Tube (www.youtube.com/@dpwh.ro.3). Late Bids Shall Not Be Accepted. 12. The Dpwh-regional Office Iii 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. “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant Of 34.3(b)(ii)c) Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Anna Marie L. Tayag Head, Bac Secretariat Dpwh-regional Office Iii Sindalan, City Of San Fernando, Pampanga Ignacio F. Evangelista Chief, Legal Division Bac-chairman
Department Of Environment And Natural Resources - DENR Tender
Security and Emergency Services
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
Details: Description Republic Of The Philippines Department Of Environment And Natural Resources Office Of The Penro City Of Ilagan, Isabela Telefax No.: (078) 325-5701 Supply And Delivery Of Fire Fighting Tools And Equipment For Fire Suppresion And Fire-fighting Activities Of Denr Isabela Bids And Awards Committe February 2025 Table Of Contents Glossary Of Acronyms, Terms, And Abbreviations ………………………….3 Section I. Invitation To Bid……………………………………………………..6 Section Ii. Instructions To Bidders…………………………………………...8 1. Scope Of Bid ………………………………………………………………………. 9 2. Funding Information………………………………………………………………. 9 3. Bidding Requirements ……………………………………………………………. 9 4. Corrupt, Fraudulent, Collusive, And Coercive Practices 9 5. Eligible Bidders…………………………………………………………………… 9 6. Origin Of Goods ………………………………………………………………….. 11 7. Subcontracts ……………………………………………………………………… 11 8. Pre-bid Conference ………………………………………………………………. 11 9. Clarification And Amendment Of Bidding Documents …………………………… 11 10. Documents Comprising The Bid: Eligibility And Technical Components …………. 11 11. Documents Comprising The Bid: Financial Component …………………………... 12 12. Bid Prices …………………………………………………………………………. 12 13. Bid And Payment Currencies ……………………………………………………… 13 14. Bid Security ………………………………………………………………………. 13 15. Sealing And Marking Of Bids ……………………………………………………… 13 16. Deadline For Submission Of Bids …………………………………………………. 14 17. Opening And Preliminary Examination Of Bids ………………………………….. 14 18. Domestic Preference ……………………………………………………………… 14 19. Detailed Evaluation And Comparison Of Bids ……………………………………. 14 20. Post-qualification ………………………………………………………………… 15 21. Signing Of The Contract …………………………………………………………… 15 Section Iii. Bid Data Sheet …………………………………………………..16 Section Iv. General Conditions Of Contract ……………………...………..17 1. Scope Of Contract ………………………………………………………………… 17 2. Advance Payment And Terms Of Payment ……………………………………….. 17 3. Performance Security ……………………………………………………………. 17 4. Inspection And Tests ……………………………………………………………… 17 5. Warranty …………………………………………………………………………. 18 6. Liability Of The Supplier ………………………………………………………….. 18 Section V. Special Conditions Of Contract ………………………………….19 Section Vi. Schedule Of Requirements ……………………………………....22 Section Vii. Technical Specifications …………………………………………23 Section Viii. Checklist Of Technical And Financial Documents …………..23 Glossary Of Acronyms, Terms, And Abbreviations Abc – Approved Budget For The Contract. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Cda - Cooperative Development Authority. Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Cif – Cost Insurance And Freight. Cip – Carriage And Insurance Paid. Cpi – Consumer Price Index. Ddp – Refers To The Quoted Price Of The Goods, Which Means “delivered Duty Paid.” Dti – Department Of Trade And Industry. Exw – Ex Works. Fca – “free Carrier” Shipping Point. Fob – “free On Board” Shipping Point. Foreign-funded Procurement Or Foreign-assisted Project– Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Framework Agreement – Refers To A Written Agreement Between A Procuring Entity And A Supplier Or Service Provider That Identifies The Terms And Conditions, Under Which Specific Purchases, Otherwise Known As “call-offs,” Are Made For The Duration Of The Agreement. It Is In The Nature Of An Option Contract Between The Procuring Entity And The Bidder(s) Granting The Procuring Entity The Option To Either Place An Order For Any Of The Goods Or Services Identified In The Framework Agreement List Or Not Buy At All, Within A Minimum Period Of One (1) Year To A Maximum Period Of Three (3) Years. (gppb Resolution No. 27-2019) Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Gppb – Government Procurement Policy Board. Incoterms – International Commercial Terms. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Supplier – Refers To A Citizen, Or Any Corporate Body Or Commercial Company Duly Organized And Registered Under The Laws Where It Is Established, Habitually Established In Business And Engaged In The Manufacture Or Sale Of The Merchandise Or Performance Of The General Services Covered By His Bid. (item 3.8 Of Gppb Resolution No. 13-2019, Dated 23 May 2019). Supplier As Used In These Bidding Documents May Likewise Refer To A Distributor, Manufacturer, Contractor, Or Consultant. Un – United Nations. Section I. Invitation To Bid Invitation To Bid Supply And Delivery Of Fire Fighting Tools And Equipment For Fire Suppresion And Fire-fighting Activities Of Denr Isabela The Denr-penro Ilagan, Isabela, Through The General Appropriations Act (gaa) For Cy 2025 Intends To Apply The Sum Of One Million Three Hundred Ninety-two Thousand Pesos (₱1,392,000.00) Being The Approved Budget For The Contract (abc) For The Supply And Delivery Of Fire Fighting Tools And Equipment For Fire Suppression And Fire-fighting Activities Of Denr Isabela. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. The Denr-penro Isabela Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 15 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. 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. 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. Prospective Bidders May Obtain Further Information From Denr And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 9:00 Am To 4:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting March 4, 2025 Until The Submission Of Bids From The Given Address And Website(s) 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 (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Denr-penro Ilagan, Isabela Will Hold A Pre-bid Conference On March 12, 2025 (wednesday) 9:30 Am At The Pinaroc Hall, Penr Office, Osmeña, City Of Ilagan, Isabela Which Shall Be Open To Prospective Bidders. Authorized Representatives Of Bidders Shall Join The Meeting Via Virtual Platform. Bids Must Be Duly Received By The Bac Secretariat Or The Penro-isabela Records Section Through Manual Submission At The Office Address Indicated Below On Or Before March 24, 2025 (monday), 1:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 24, 2025 (monday), 1:30 P.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend The Activity. The Penro-isabela 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. For Further Information, Please Refer To: Preciosa G. Oñate Head, Bac Secretariat Denr-penr Office Osmeña, City Of Ilagan, Isabela Penroisabela@denr.gov.ph C.p. No.: 0952-621-0993 You May Download The Bidding Documents At Philgeps Website. March 3, 2025 Luz S. Soriano Chair, Bids And Awards Committee Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Denr-penro Ilagan, Isabela Wishes To Receive Bids For The Supply And Delivery Of Fire Fighting Tools And Equipment For Fire Suppression And Fire-fighting Activities Of Denr Isabela. The Procurement Project (referred To Herein As “project”) Is Composed Of One (1) Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2025 In The Amount Of One Million Three Hundred Ninety-two Thousand Pesos (₱1,392,000.00) 2.2. The Source Of Funding Is: General Appropriations Act (gaa) For Cy 2025 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 Manuals 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 Ib 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 Verified And Accepted The General Requirements Of This Project, Including 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, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, 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 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. [select One, Delete Other/s] A. Foreign Ownership Exceeding Those Allowed Under The Rules May Participate Pursuant To: I. When A Treaty Or International Or Executive Agreement As Provided In Section 4 Of The Ra No. 9184 And Its 2016 Revised Irr Allow Foreign Bidders To Participate; Ii. Citizens, Corporations, Or Associations Of A Country, Included In The List Issued By The Gppb, The Laws Or Regulations Of Which Grant Reciprocal Rights Or Privileges To Citizens, Corporations, Or Associations Of The Philippines; Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or Iv. When There Is A Need To Prevent Situations That Defeat Competition Or Restrain Trade. B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: [select One, Delete The Other/s] A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. C. For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: [select Either Failure Or Monopoly Of Bidding Based On Market Research Conducted] I. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And Ii. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of 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, Subject To Domestic Preference Requirements Under Itb Clause 18. 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 Twenty Percent (20%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 7.2. The Bidder Must Submit Together With Its Bid The Documentary Requirements Of The Subcontractor(s) Complying With The Eligibility Criteria Stated In Itb Clause 5 In Accordance With Section 23.4 Of The 2016 Revised Irr Of Ra No. 9184 Pursuant To Section 23.1 Thereof. 7.3. Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier 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 Supplier’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 At Denr-penro Ilagan, Isabela As Indicated In Paragraph 7 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 Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Five (5) Years From The Date Of Submission And Receipt Of Bids Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. 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. Similar To The Required Authentication Above, 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. 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 Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.4. 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. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. B. For Goods Offered From Abroad: I. Unless Otherwise Stated In The Bds, The Price Of The Goods Shall Be Quoted Delivered Duty Paid (ddp) With The Place Of Destination In The Philippines As Specified In The Bds. In Quoting The Price, The Bidder Shall Be Free To Use Transportation Through Carriers Registered In Any Eligible Country. Similarly, The Bidder May Obtain Insurance Services From Any Eligible Source Country. Ii. The Price Of Other (incidental) Services, If Any, As Listed In Section Vii (technical Specifications). 13. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The 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. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 14. Bid Security 14.1. 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. 14.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 15. Sealing And Marking Of Bids Each Bidder Shall Submit One (1) Originally Signed Certified True Copy Of The Original Document And Two (2) Duplicate Copies Of The First And Second Components Of Its Bid. Bidder Must Arrange Each Bid Documents Into Sections With Tabs Properly Labeled Separating Each Document According To The Provided Checklist. All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Pbac; (d) Bear The Specific Identification Of This Bidding Process Indicated In The 1.0; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, As Specified In The Ib. To : The Provincial Bids And Awards Committee Provincial Environment And Natural Resources Office From : __________________________________________ (name Of Bidder In Capital Letters) Address : ________________________________________ (address Of Bidder In Capital Letters) Project : _____________________________________________ (in Capital Letters, Indicate The Phrase): “do Not Open Before: _____________________________________ In The Case Of Framework Agreement, The Undertaking Shall Refer To Entering Into Contract With The Procuring Entity And Furnishing Of The Performance Security Or The Performance Securing Declaration Within Ten (10) Calendar Days From Receipt Of Notice To Execute Framework Agreement. 16. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 10 Of The Ib. 17. Opening And Preliminary Examination Of Bids 17.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 12 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. 17.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 18. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring 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 The 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Lot Or Item Separately. 19.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 19.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 20. Post-qualification 20.2. 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 21.1. 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. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. As Guidance, A Contract Shall Be Considered “similar” To The Contract To Be Bid If It Involves Goods Or Services Of The Same Nature And Complexity As The Subject Matter Of The Project Being Procured. Similarity Of Contract Should Be Interpreted Liberally In The Sense That It Should Not Refer To An Exact Parallel, But Only To An Analogous One Similar Category B. Completed Within Five (5) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 12 The Price Of The Goods Shall Be Quoted Ddp Philippines Or The Applicable International Commercial Terms (incoterms) For This Project. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 15 Each Bidder Shall Submit One (1) Originally Signed Certified True Copy Of The Original Document And Two (2) Duplicate Copies Of The First And Second Components Of Its Bid. Bidder Must Arrange Each Bid Documents Into Sections With Tabs Properly Labeled Separating Each Document According To The Provided Checklist. 19.3 The Project Will Be Awarded As One (1) Lot. . 20.2 No Further Instructions. 21.2 Within Ten (10) Calendar Days From Receipt Of Notice Of Award, Successful Bidder Shall Post The Required Performance Security, Sign And Date The Contract And Return It To Denr. Section Iv. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Special Conditions Of Contract Gcc Clause Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered In Penr Office. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is : Miguel L. Vasquez Supply Officer I Chief, General Services Unit Denr Penro Isabela Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: Select Appropriate Requirements And Delete The Rest. A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Name Of The Procuring Entity Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 [if Partial Payment Is Allowed, State] “the Terms Of Payment Shall Be As Follows: _____________.” 4 The Inspections And Tests That Will Be Conducted Are: (i) Regular Inspection During Delivery Of Goods. Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Unit Item Description Delivered Weeks/months Lot Supply And Delivery Of Fire Fighting Tools And Equipment For Fire Suppresion And Fire-fighting Activities Of Denr Isabela 15 Days Upon Receipt Of The Notice To Proceed Bidder’s Undertaking I/we, The Undersigned Bidder, Having Examined The Bidding Documents Including Bid Bulletins, As Applicable, Hereby Bid To (supply/deliver/perform/comply) The Above Terms Of Reference I/we Undertake, If Our Bid Is Accepted, To Deliver The Goods/services In Accordance With The Terms And Conditions Contained In The Bid Documents, Including The Posting Of The Required Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award. Until A Formal Contract/order Confirmation Is Prepared And Signed, This Bid Is Binding On Us. ____________________________________________________________ Name Of Company (in Print) ________________________________________ Signature Of Company Authorized Representative ___________________________________________________ Name & Designation (in Print) __________________________________ Section Vii. Technical Specifications Unit Item Description Quantity Piece Heavy Duty Fighting Swatter Length Of Handle: 150mm Length Of Flaps: 300mm Width Of Flaps: 50mm Conveyor Belt For Flaps, Mild Steel; Tough Wooden Handle 12 Piece Fire Fighting Shovel (heavy Duty) Length Of Handle: 1500mm Length Of Blade: 300mm Width Of Blade: 220mm Mild Steel; Tough Wooden Handle 12 Unit Heavy Duty Collapsible Backpack Firefighting Pump An Economical Backpack Style Fire Pump 5-gallon Heavy Duty Vinyl Bag Is Extremely Puncture And Abrasion Resistant All Brass Hand Pump Has A Combination Nozzle And Positive Shut-off Comfortable Shoulder Straps Are Equipped With Holding Clip Center Cinch Strap Distributes Weight Efficiently And Comfortably Oil Proof 44" Long Hose Is Equipped With A Rust Proof Ball Bearing Quick Connect Type Connector Approved By Usfs 12 Piece Safety/firefighting Helmet (high Quality) Polyethylene Shell; Ratchet Type Suspension; Self-adjusting Crown Traps 36 Pair Heavy Duty Firefighting Gloves (high Quality) Fire Resistant Material; Fire Proof Firefighting Heat Resistant, Flame Resistance Fire-fighting Gloves For Safety And Protection 36 Piece Brush Mask/safety Mask For Firefighting (high Quality) Polycarbonate Lenses Silicone Face Seal With Adjustable Head Harness Assembly Reusable And Fire Resistant 24 Piece Fire Fighting Goggles (high Quality) Polycarbonate Lens Material; Clear Lens; Fighting Smoke Prevention Fire Prevention Dust Prevention Google 24 Pair Field Safety Shoes (branded) Leather/rubber Steel Toe Cap Covering And Steel Sole 24 Piece Mcleod-type Rake (heavy Duty)length Of Handle: 1200mm;width Of Metal Head: 305mm Mild Steel; Tough Wood Handle 12 Piece Pick/shovel Combi-tool (heavy Duty) Combination Tool Used As A Shovel/pick 12 Piece Pulaski Forester Axe (heavy Duty) Combination Axe And Grub Hoe For Chopping,grubbing And Digging Fire Lines In Brushy,rocky Terrain;3-3/4 Lb. Head;36'' Wood Handle 12 Piece Scrape Shovel (heavy Duty) Steel Head Solid Shank Blade Rear Turned Stepps 44'' Wood Handle 12 Unit Heavy Duty Brush Cutter (not Grass Cutter) 4 Stroke Engine, Single Cylinder Type; 2.0 Hp Net Power Minimun 40cc Displacement; 0.63l Fuel Tank Capacity 12 Piece Bolo (heavy Duty) Length Of Blade:300mm; Discarded Band Saw Blade And Very Light Wood Handle 12 Technical Specifications Instruction To Bidders: Please Fill Up The Form Accordingly And Sign The Bidder’s Undertaking. Failure To Conform Will Result In A Rating Of “failed”. Project Requirements Bidder’s Statement Of Compliance Supply And Delivery Of Fire Fighting Tools And Equipment For Fire Suppresion And Fire-fighting Activities Of Denr Isabela I Hereby Certify To Comply With The Above Technical Specifications. ____________________________________________________________ Name Of Company (in Print) ________________________________________ Signature Of Company Authorized Representative ___________________________________________________ Name & Designation (in Print) Section Viii. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Technical Documents ⬜ (b) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (c) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (d) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) Original Duly Signed Omnibus Sworn Statement (oss) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (g) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc) Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (h) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (i) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (j) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (k) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (l) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Indian Oil Corporation Limited - IOCL Tender
Civil And Construction...+3Civil Works Others, Electrical Works, Electrical and Electronics
Eprocure
India
Closing Soon15 Mar 2025
Tender AmountINR 344.8 Million (USD 3.9 Million)
Details: Combined Station Works Including Mechanical, Civil, Electrical,
instrumentation Works At Ips-3 Sikar, Svs & Scrapper Station 3 In Rajasthan
(group 3) Of Nmppl Project- Offloading Works
Eskom Holdings SOC Ltd Tender
Others
South Africa
Closing Date30 Jun 2025
Tender AmountRefer Documents
Description: Regret Letter- Mwp2380dx-r-the Manufacture, Supply, Install, Testing, Commissioning Of 88 Kv Hv Xlpe Cable System And Related Civil Works For Simmerpan Upgrade And Germiston Factories Projects For A Period Of 12 Months
by Europol Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
France
Closing Date28 Mar 2025
Tender AmountNA
Description: Surveyor Missions and BIM Geodetection for the Civil Engineering Works of the North Toulouse Railway Developments (AFNT) and the Public Spaces of the Stations of Metro Line C (23905)
The Highland Council Tender
Civil And Construction...+1Road Construction
United Kingdom
Closing Soon14 Mar 2025
Tender AmountGBP 1 Million (USD 1.2 Million)
Description: Civil Engineering Work For Infrared Patching Works
Eskom Holdings SOC Ltd Tender
Electrical Cables And Wires...+1Electrical and Electronics
South Africa
Closing Date30 Jun 2025
Tender AmountRefer Documents
Description: Regret Letter- Mwp2380dx-r-the Manufacture, Supply, Install, Testing, Commissioning Of 88 Kv Hv Xlpe Cable System And Related Civil Works For Simmerpan Upgrade And Germiston Factories Projects For A Period Of 12 Months
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Closing Soon17 Mar 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)
Details: Description 1. The Department Of Public Works And Highways Regional Office Xi, Davao City, Through Its Bids And Awards Committee (bac), Invites Bidders To Submit Bids For The Infra Projects Under Gaa Cy 2025, To Wit: Contract Id : 25l00053 Contract Name/location : Preventive Maintenance Of Road – Asphalt Overlay Digos – Makar Rd – K1574+000 – K1575 + 425, Davao Del Sur Scope Of Works : Application Of 100-mm Thick Asphalt Overlay; Sealing Of Joints And Cracks; Application Of Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract (abc) : Php 96,500,000.00 Contract Duration : 130 Cal. Days The Bac Is Conducting The Public Bidding For This Contract In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations (irr). Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Rejected Automatically At Bid Opening. 2. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation With Pcab License For Size Range Medium A To Large B, (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. 3. The Dpwh Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. 4. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 5. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance Of Bidding Documents February 11, 2025, Until 12:00 Noon Of March 03, 2025, Procurement Unit Office, Dpwh Xi Compound, R. Magsaysay St., Davao City 2. Pre-bid Conference February 18, 2025 At 2:00 P.m., Dpwh Conference Room, Dpwh Xi Compound, R. Magsaysay St., Davao City 3. Receipt Of Bids Until 12:00 Noon Of March 03, 2025, Office Of The Bac Chairperson, Dpwh Xi Compound, R. Magsaysay St., Davao City 4. Opening Of Bids March 03, 2025, After All Bids Have Been Received And Recorded, Dpwh Conference Room, Dpwh Xi Compound, R. Magsaysay St., Davao City The Bidding Documents May Also Be Downloaded Free Of Charge From The Dpwh (www.dpwh.gov.ph/dpwh/) And Philgeps (www.philgeps.gov.ph/) Websites, Provided That The Bidders Shall Pay The Applicable Fee Of Php 50,000.00 For The Bidding Documents Not Later Than The Date And Time Of The Submission Of Bids, Pursuant To The Latest Guidelines Issued By The Gppb. 6. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r11@dpwh.gov.ph For Electronic Submission Not Later Than The Date And Time Of The Submission. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id Or Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) For The Authenticity And Veracity Of Said Authorization Letter. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Page: Https://www.youtube.com/@dpwh.ro.11 And Via Zoom Application With Meeting Id: 891 411 3000 Password: Dpwhxi On The Dates Above. 8. The Department Of Public Works And Highways Regional Office Xi, Davao City Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 9. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: April F. Momo Engineer Iv Head, Procurement Unit Dpwh-xi, R. Magsaysay Street, Davao City Telefax : (082) 272-7410 Email : Momo.april@dpwh.gov.ph Joselito B. Caballero Assistant Regional Director Bac Chairperson
Eskom Holdings SOC Ltd South Africa Tender
Electrical Cables And Wires...+1Electrical and Electronics
South Africa
Closing Date30 Jun 2025
Tender AmountRefer Documents
Description: The Manufacture, Supply, Install, Testing, Commissioning Of 88 Kv Hv Xlpe Cable System And Related Civil Works For Simmerpan Upgrade And Germiston Factories Projects For A Period Of 12 Months
6891-6900 of 7461 active Tenders