Electrical Engineering Tenders
National Irrigation Administration Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date30 Jun 2025
Tender AmountPHP 48.4 Million (USD 870.4 K)
Details: Description Invitation To Bid For Establishment Of Pump Irrigation Projects In Batong Buhay Pip Pb # Occmdo-imo-2025-037 1. The Nia Occidental Mindoro Imo, Through The General Appropriations Act (gaa) Cy 2025 Intends To Apply The Sum Of Forty-eight Million Four Hundred Fifteen Thousand Seven Hundred Sixty-four Pesos And Sixty-seven Centavos (₱ 48,415,764.67) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Establishment Of Pump Irrigation Projects In Batong Buhay Pip Located At Sablayan, Occidental Mindoro With Contract No. 2025-occi-epip-batongbuhaypip-50m-037. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia Occidental Mindoro Imo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Equipment Requirement: One (1) Unit – Dozer (165 Hp) One (1) Unit – One Bagger Concrete Mixer One (1) Unit – Payloader (1.5 Cu.m.) Nine (9) Unit – 6”x12” Concrete Cylinder One (1) Unit – Service Vehicle One (1) Unit – Air Compressor (51hp) One (1) Unit – Water Truck (2,000-4,000 L Cap.) One (1) Unit – Butt Fusion & Accessories One (1) Unit – Low Bed Truck One (1) Unit – Concrete Vibrator Drive Unit, 5hp One (1) Unit – Dump Truck (1.0 Cu.m) One (1) Unit – Bar Cutter One (1) Unit – Boom Truck (197hp) One (1) Unit – Concrete Vibrator, 2” (50mm) One (1) Unit – Truck Mounted Drilling Rig (175hp) One (1) Unit – Generator Set 10kw, 18kva One (1) Unit – Stake Truck (1-8 Tons) Cap. All Models Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) One (1) Technician For Ai Satellite Monitoring System (minimum Of 5 Years Experience) One (1) Electrical Engineer (minimum Of 5 Years Experience) One (1) Mechanical Engineer (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Nia Occidental Mindoro Imo And Inspect The Bidding Documents At The Address Given Below From June 09 - 30, 2025, Monday To Friday, 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 09-30, 2025 From Given Address Below Upon Presentation Of Letter Of Intent, Valid Pcab License With “medium A, And Specialty In Electrical Work; And Mechanical Work Category, And Upon Payment Of Non-refundable Fee For The Bidding Documents, In The Amount Of Twenty-five Thousand Pesos (₱ 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Nia Occidental Mindoro Imo Will Hold A Pre-bid Conference On June 17, 2025; 10:30 Am At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders And Upon Presentation Of Special Power Of Attorney, With Valid Identification Card Issued By The Philippine Government. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before June 30, 2025; 1:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On June 30, 2025; 3:00 Pm At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Upon Presentation Of Special Power Of Attorney, With Valid Identification Card Issued By The Philippine Government. 10. The Nia-occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah Torres Sapo Bac Secretariat, Head Nia Occidental Mindoro Imo San Roque, San Jose, Occidental Mindoro 5100 Email Address: R4b.occimindoro-imo.bac@nia.gov.ph Phone Number: 0977-8247254 / 0920-9595102 12. For Downloading Of Bidding Documents: You May Visit Www.philgeps.gov.ph, Or You May Contact The Bac Secretariat Through The Contacts Provided June 09, 2025 (sgd)engr. Emelito V. Urriquia Bac Chairperson
Province Of Iloilo Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date17 Jun 2025
Tender AmountPHP 1.4 Million (USD 25.6 K)
Details: Description Philippine Bidding Documents (as Harmonized With Development Partners) Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b Iloilo Provincial Government Sixth Edition Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 7 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 10 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 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 11 12. Alternative Bids 12 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 13 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 16 1. Scope Of Contract 16 2. Sectional Completion Of Works 16 3. Possession Of Site 16 4. The Contractor’s Obligations 16 5. Performance Security 17 6. Site Investigation Reports 17 7. Warranty 17 8. Liability Of The Contractor 17 9. Termination For Other Causes 17 10. Dayworks 18 11. Program Of Work 18 12. Instructions, Inspections And Audits 18 13. Advance Payment 18 14. Progress Payments 18 15. Operating And Maintenance Manuals 18 Section V. Special Conditions Of Contract 19 Section Vi. Specifications 20 Section Vii. Drawings 26 Section Viii. Bill Of Quantities 27 Section Ix. Checklist Of Technical And Financial Documents 30 Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. 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. Cda – Cooperative Development Authority. 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]) 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. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. 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]). 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. 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. Pcab – Philippine Contractors Accreditation Board. 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. Un – United Nations. Republic Of The Philippines Iloilo Provincial Government Section I. Invitation To Bid For Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo Bid No. Agr-25-85-b 1. The Iloilo Provincial Government, Through The Capital Outlay - Supplemental Budget No. 1 Fy 2023 Intends To Apply The Sum Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Agr-25-85-b For The Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo For The Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Iloilo Provincial Government Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety 90 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 9, 2025 From 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 (p5, 000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Iloilo Provincial Government Will Hold A Pre-bid Conference On None At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines, And/or Through Videoconferencing/webcasting Via Zoom Conference Which Shall Be Open To Prospective Bidders. The Default Meeting Id And Password Shall Be: Meeting Id: 4340851724 // Password: 0922 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City On Or Before June 17, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On June 17, 2025, 9:01 A.m. At Bids And Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Iloilo Provincial Government Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Raemman M. Lagrada Head, Bac Secretariat 5f New Iloilo Provincial Capitol Bonifacio Drive, Iloilo City Tel. No. (33) 336-0736 Fax No. (33) 337-7731 Email: Ipg_bacs@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.iloilo.gov.ph Atty. Dennis T. Ventilacion Bac Chairperson Section Ii. Instructions To Bidders 1. Scope Of Bid The Procuring Entity, Iloilo Provincial Government Invites Bids For The Construction Of Rice Mill Phase Ii At Brgy. Wayang, Miag-ao, Iloilo, With Project Identification Number Agr-25-85-b. The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For 2023 In The Amount Of One Million Four Hundred Twenty-seven Thousand Three Hundred Forty-five Pesos (p1,427,345.00) 2.2. The Source Of Funding Is: A.) Lgu’s, Capital Outlay – Supplemental Budget No. 1 Cy 2023 As Approved By The Sanggunian. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 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 Bac Office, 5th Floor, New Iloilo Provincial Capitol, Iloilo City And/or Through Videoconferencing As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. In Joint Ventures, A Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project, Shall Be Required. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until October 15, 2025. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds Section Iii. Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: A) Construction Of Rice Mill 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 10.3 Special Philippine Contractors Accreditation Board License 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel General Experience Relevant Experience 1-project Engineer 1 Year 1 Year 1-material Engineer 1 Year 1 Year 1-agricultural And 1biosystems Engineer 1 Year 1 Year 1-health & Safety Officer 1 Year 1 Year 1-foreman 1 Year 1 Year 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity Number Of Units Generator - 1 One Bagger Mixer - 1 Concrete Vibrator - 1 Bar Cutter - 1 Welding Machine - 1 Compactor - 1 12 Alternative Bids Are Not Allowed 15.1 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; B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond. 16 Bidders Shall Prepare An Original Of The First (eligibility And Technical) And Second (financial) Envelopes. In Addition, Bidders Shall Submit Separate Copies Of The First And Second Envelopes (copy 1, Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail All Envelopes Shall: A. Contain The Name Of The Contract To Be Bid In Capital Letters: “construction Of Rice Mill Phase 11 At Brgy. Wayang, Miag-ao, Iloilo” B. Bear The Name And Address Of The Bidder In Capital Letters; C. Addressed To: Atty. Dennis T. Ventilacion, Chairperson, Bids And Awards Committee: D. Bear The Specific Identification Of This Procurement: “agr-25-85-b” E. Bear A Warning “do Not Open Before June 17, 2025” Indicating The Date And Time For The Submission Of Bids On The Blank: Bid Envelopes That Are Not Properly Sealed And Marked, As Required In The Bidding Documents, Shall Not Be Rejected, But The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Or The Procuring Entity Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or For Its Premature Opening. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder 19.2 Partial Bid Is Not Allowed 20 No Further Instructions. 21 The Additional Contract Documents Relevant To The Project That Are Required By The Procuring Entity Are: A. Construction Schedule And S-curve; B. Manpower Schedule; C. Construction Methods; D. Equipment Utilization Schedule; E. Construction Safety And Health Program Approved By The Department Of Labor And Employment; And F. Pert/cpm 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. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 4.1. The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 4.2. If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than 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. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Gcc Clause 2 As Per Construction Schedule/contract Period 3.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor Upon Effectivity Of The Contracts. 6 No Further Instructions 7.2 [in Case Of Permanent Structures, Such As Buildings Of Types 4 And 5 As Classified Under The National Building Code Of The Philippines And Other Structures Made Of Steel, Iron, Or Concrete Which Comply With Relevant Structural Codes (e.g., Dpwh Standard Specifications), Such As, But Not Limited To, Steel/concrete Bridges, Flyovers, Aircraft Movement Areas, Ports, Dams, Tunnels, Filtration And Treatment Plants, Sewerage Systems, Power Plants, Transmission And Communication Towers, Railway System, And Other Similar Permanent Structures:] Fifteen (15) Years. 10 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 11.1 No Further Instructions 11.2 No Further Instructions 13 The Amount Of The Advance Shall Not Exceed 15% Of The Total Contract Price. 14 Materials And Equipment Delivered On The Site But Not Completely Installed Or Constructed Shall Not Be Included For Payment. 15.1 The Date By Which Operating And Maintenance Manuals Are Required Shall Be At Least 5 Days Before The Testing And Commissioning. The Date By Which “as Built” Drawings Are Required Shall Be At Least 10 Days Prior To The Final Billing. 15.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Final Contract Amount. Section Vi. Specification General Requirements All Works To Be Done Shall Be With First Class Workmanship And Shall Conform To The Plans And Specifications. All Materials To Be Used Shall Be Of Good Quality And Properly Inspected By The Authorized Representative Or The Engineer In-charge. The Provincial Agriculturist Is Reserved The Right To Rescind, Terminate, Suspend The Contract If He Deems Necessary And To The Best Interest Of The Government. The Contractor Shall Be Liable For All Damages That Will Occur During The Construction Of The Project. Scope Of Works The Works Include Furnishing Of Labor, Materials, Tools, Equipment And Other Incidentals Necessary To Complete The Project Such As Clearing And Grubbing, Excavation, Backfilling, Concrete Works, Masonry Works, Plastering Works, Roofing Works, Ceiling Works, Tile Works, Door And Windows With Complete Accessories, Plumbing Works, Electrical Works, Painting Works, And Installation Of Logo. General Condition A. The Works To Be Done Herein Shall Be The Construction Of Rice Mill Phase Ii As Of Approved And Of Quality Materials Completed As Per Plans, Details And Specifications. Supervision Of The Work Shall Be Done Under The Responsibility Of The Project Engineer With The Help Of The Construction Foreman. B. All Materials Employed And To Be Used In The Construction Shall Be Brand New, Unless Otherwise Or As Directed And Approved By The Project Engineer. C. Skilled Workmen And Workmanship Subject To Project Engineer’s Approval Shall Perform Methods Of The Construction In The Most Acceptable Manner. D. The Drawings Referred To In The Specifications Including Supplementary One, To Be Furnished As The Work Progress Are Intended To Cooperate With The Specification And To Form Part Hereof. Where Figures Are Given, They Are To Be Followed In Performance To Measurement By Scale. E. The Assigned Engineer Or Construction Foreman Shall Lay – Out The Building In Accordance With The Drawings And Directions On Plans As He Shall Not Only Responsible But Liable For Any Failure To Comply In This Respect With The Said Drawings, Specifications And Directions For Its Due And Accurate Location On The Lot. Project Sign Board / Billboard The Contractor Shall Ensure That The Project Site Is Identified With Information Billboard Which Shall Be Erected At The Beginning And Ending Of The Proposed Project. The Layout Of The Billboard Shall Accord To The Specifications Pursuant To The Commission On Audit (coa) Circular No. 2013-004 Issued On January 30, 2013. Coa Billboard Pao Billboard The Billboard’s Specifications Shall Conform To The Following Requirements: A. Tarpaulin, White, 8ft X 8ft (coa) And 4ft X 8ft (pao): B. Resolution: 70 Dpi; C. Font: Helvetica; D. Font Size: Main Information – 3”; E. Sub-information – 1”; F. Font Color: Black; G. Suitable Frame: Rigid Wood Or Steel Frame With Post; And, H. Posting: Outside Display At The Project Location After Award Has Been Made. Measurement The Supply And Erection Of Project Billboard Shall Be In Accordance With Provisions Of This Specification. Basis Of Payment No Additional Payment Shall Be Made In This Regard. Clearing And Grubbing Clearing And Grubbing And Cutting Of Trees Shall Include Handling, Salvaging, Piling And Disposing Off The Cleared Materials With All Leads And Lifts. Trees Shall Be Cut In Sections From The Top Downwards. All Timber Shall Not Be Used By The Contractor For Any Purpose And Shall Remain The Property Of The Provincial Agriculture Office. Clearing Shall Consist Of The Cutting, Removing And Disposal Of All Trees, Bushes, Shrubs, Grass, Weeds, Other Vegetation, Anthills, Rubbish, Fences, Top Organic Soil And Rocks And Boulders Exposed Or Lying On The Surface. The Construction Site Shall Be Cleared Of Rubbish, Roots And Other Perishable And Objectionable Matters To A Suitable Subgrade. All Such Unsuitable Materials Shall Be Removed From The Construction Site And Spread Uniformly Over The Areas Adjacent To The Proposed Building, Or Otherwise Disposed Of As Maybe Directed By The Architect/engineer In-charge Of The Construction. Materials Obtained From Clearing And Grubbing Shall Be Disposed Of In Borrow Pits Or Other Suitable Places And Be Covered Up With Soil Or Gravel As Directed By The Engineer. The Burning Of Combustible Materials Shall Not Be Permitted. During The Period Of Commencement Of Works, The Contractor Shall Survey The Construction Area And Confirm The Levels. He Shall Immediately Notify The Engineer Of Any Discrepancies And Shall Agree With The Engineer Any Amended Values On The Plan. All Stations And Reference Points Shall Be Clearly Marked And Protected To The Satisfaction Of The Engineer. All Working Benchmarks Shall Be Near Major/medium Structure Sites. Accurate Establishment Of The Centerlines Based On The Drawing Is Required. The Existing Profile And Cross-section Shall Be Jointly Taken With The Engineer. Excavation Foundation Trench Shall Be Dug To The Exact Width And Depth And Levels As Indicated In The Drawings. Sides Of The Trenches Shall Be Vertical. In Case Soil Does Not Permit Vertical Sides, The Contractor Shall Protect The Sides With Timber Shoring. Excavated Earth Shall Not Be Placed Within 1.5 Meter Of The Edge Of The Trench. No Excavation Or Foundation Work Shall Be Filled In Or Covered Up Before The Inspection And Approval Of The Project Engineer. Backfill And Gravel Bedding Use Earth Or Sand Free From Waste And Objectionable Materials. Place Backfill In Uniform Horizontal Layer Not More 150mm Thick At A Time, Puddle And Tamper Each Layer As Required To Make Firm Adequate Compaction. Fill Bottom Of Excavation For Structured Foundation With At Least 100mm Thick Gravel Before Placing Reinforcing Steel Bars And Pouring Concrete. Concrete, Masonry And Plastering Works A. General: All Concrete Works To Be Done Herein Shall Be In Accordance With Aci Requirement And/ Or Standard Specifications As Adopted By The Government. B. Cement Shall Be Portland Cement (type1) With 40 Kgs/bag. C. Fine Aggregates Shall Be Clean Hold River Sand, Free From Injurious Amount Of Clay, Loam And Vegetable Matter. D. Coarse Aggregates Shall Be River Run Gravel Or Broken Stones. The Maximum Size Shall Be 1/5 Of The Nearest Dimensions Between Side Forms Of The Concrete Members Or ¾ The Maximum Clear Spacing Between Reinforcing Bars. E. Reinforcing Bars: Reinforcing Bars Shall Be Intermediate Grade And Deformed And Shall Have Minimum Yield Strength Of 275 Mpa (40,000 Psi) F. The Wires Shall Be Locally Produced G.i. Wire Gauge No. 16. G. Placing Reinforcement Provide Bars, Wire Fabrics, Wire Ties, Supports And Other Devices Necessary To Install And Secure Reinforcement. Reinforcement Shall Not Contain Rust, Scale Oil, Grease Clay And Foreign Substances That Would Reduce The Bond. Rusting Of Reinforcement Is A Basis Of Rejection If The Effective Cross-sectional Area Of The Normal Weight Per Foot Of The Reinforcement Has Been Reduced To Less Than Specified In Paragraph Entitled “reinforcing Bars”. Remove Loose Rust Prior To Placing Of Steel. Splices Shall Be Approved Prior To Use. Do Not Splice At Points Of Maximum Stress. Overlapped Welded Wire Fabric The Spacing Of The Cross Wires, Plus 50 Mm (2 Inches). H. Concrete Hollow Blocks: 1. For Walls And Partitions, Use Chb Or Its Equivalent. 2. Minimum Comprehensive Strength Shall Be 700 Psi. I. All Concrete Cured For Least Seven (7) Days To Twenty-eight (28) Days If Possible After Placement To Attain The Required Strength Of Concrete. J. Removal Of Forms: Forms Shall Be Removed In Such A Manner As Not To Impair The Safety And Serviceability Of The Structures. K. Mixture For Plastering: Thickness Of Plaster Shall Be 16mm Thick. A Mixture Of Washed Sand And Portland Cement. Roof & Roof Framing A. All Roofing Must Be 0.5mm Pre-painted Rib-type Long Span With Compatible Ridge Roll, And Fascia. B. All Trusses And Rafter Shall Be 1/4” Thick X 2” X 2” Angle Bars For Top And Bottom Chord And All Web Members. C. For Girt Use 1/4” Thick X 2” X 2” Angle Bar For Top And Bottom Chord And All Web Members. D. For Fascia Frame Use 1/4” Thick X 2” X 2” Angle Bar. E. Use 2” X 6” Light Gauge C-purlins. F. Fasten Framing Members Together By Welding Or By Using Bolts. Welding Shall Conform To Aws D1.3 Welding Procedure. G. All Metal Surfaces Must Be Metal Primer Red Oxide Painted. Ceiling Works All Materials Shall Be Of Kind And Size Specified On Plans. Interior And Exterior Ceiling Will Use 6” Spandrel Ceiling With A Carrying Channel, Metal Furring And Wall Angle For Corner As Main Frame. Use Blind Rivets To Fix The Spandrel To The Main Frame. Tile Works Tiles Should Be Installed In Office And Comfort Room Using A 0.60mx0.60m Granite Tile. Shall Have Tile Trim At The Edges And Provide Tile Grout Between Tiles. It Should Be Done By A Tile Setter To Ensure Quality Workmanship. Doors And Windows Use Wooden Panel Door 0.80m X 2.10m Dimension With Complete Accessories At Office Area And Pvc Door 0.70m X 2.10m Dimension With Complete Accessories At Comfort Room. Use Chain Operated Roll-up Door With 3.20m X 3m Dimension. Windows Are Concrete Louver With 0.15m X 0.15m Dimension, Analoc Sliding Glass Window With 1.20m X 1.20m Dimension, Clear Fixed Glass Window With 1.20m X 1.20m Dimension, And Analoc Awning Glass Window With 0.40m X 0.40m Dimension That Should Be Install In Comfort Room. Electrical Works The Electrical Installation Shall Be Done In Accordance With The Approved Plans And Under The Direct Supervision And Control Of A Professional Electrical Engineer And Or Registered Electrical Engineer. All Electrical Works And Materials Shall Conform To The Provisions Of The Latest Edition Of The Philippine National Electrical Code. The Type Of Electrical Services To Be Supplied To The Building Shall Be 240v, Ac Single Phase Or Three Phase. There Shall Only One Service To Be Dropped From The Nearest Or Local Electrical Company Pole For The Proposed Building. See Attached Plans For Specifications. Plumbing Works All Works Shall Be Done In Accordance With The Provisions Of The Latest Edition Of The Plumbing Code And Local Ordinance. All Works Shall Be Done Under The Direct Supervision Of A Duly Licensed Master Plumber. See Attached Plans For Specifications. A. Use 1 Roll 1-1/2” Hdpe Pipe For Connection From Main Source Of Water To The Building For The Operation Of Comfort Room And Rice Mill Machine. B. Use 2" G.i Pipe Schedule 40 For Connection From Engine Of The Rice Mill To The Concrete Tank. Painting Works I. Complete Painting Covers All Concrete Surfaces And Other Interior Parts Except Otherwise Specified. Ii. Apply Three (3) Coats As Paint Follows: 1st Coat = Sealer 2nd Coat = Primer 3rd Coat = Color Selected And Approved (2 Coats) Iii. Paint Shall Be Thoroughly Dry Before Applying The Succeeding Coat No Exterior Painting Shall Be Done With The Surface To Be Applied Is Damp Or During Rainy Weather Iv. Proper Works At All Times By Suitable Materials As Work Progress, Upon Completion Of Work, Remove All Paints Stains And Varnish Spots From Floors And Other Surfaces, Leave Work Clean And In Acceptable Condition. Installation Of Logo A. Iloilo Provincial Government (ipg) And Department Of Interior And Local Government (dilg) Logo: Use 33.5" Ø Stainless (202) B. Morpogres: Use 7” And 5.3” Stainless (304) For Big And Small Letters, Respectively. C. Iloilo: Use 8.3” Stainless (304) Section Vii. Drawings Annex A – Architectural Design Annex B- Project Billboard Plan Section Viii. Bill Of Quantities Bid No. Agr- 25-85-b Item Description Quantity Unit Unit Cost Total Cost No. I. Clearing And Grubbing 6.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Ii. Excavation Works 13.15 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iii. Backfill 2.00 Cu.m Pesos And Ctvs. (p ) / Cu.m P Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting 6.50 Cu.m. Pesos And Ctvs. (p ) / Cu.m P B. Gravel Bedding 1.00 Cu.m. Pesos And Ctvs. (p ) / Cu.m P C. Steel Works 713.00 Kgs Pesos And Ctvs. (p ) / Kgs P D. Formworks 71.26 Sq.m Pesos And Ctvs. ) / Sq.m P Item Description Quantity Unit Unit Cost Total Cost No. V. Masonry 55.18 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vi. Plastering Works 359.48 Sq.m Pesos And Ctvs. (p ) / Sq.m P Vii. Roofing Works 110.00 Sq.m Pesos And Ctvs. (p ) / Sq.m P Viii. Ceiling Works 25.21 Sq.m. Pesos And Ctvs. (p ) / Sq.m P Ix. Tile Works 19.30 Sq.m Pesos And Ctvs. (p ) Sq.m P X. Doors And Windows With 1.00 Lot Pesos Complete Accessories And Ctvs. (p ) Lot P Item Description Quantity Unit Unit Cost Total Cost No. Xi. Plumbing Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xii. Electrical Works 1.00 Lot Pesos And Ctvs. (p ) / Lot P Xiii. Painting Works 424.50 Sq.m Pesos And Ctvs. (p ) / Sq.m P Xiv. Installation Of Logo 1.00 Lot Pesos And Ctvs. (p ) / Lot P Total Bid Cost In Figures P Total Bid Cost In Words Summary Of Costs Item No. Bid Amount I. Clearing And Grubbing Ii. Excavation Works Iii. Backfill Iv. Concrete Works Includes Septic Tank And Engine Cooling Tank A. Concreting B. Gravel Bedding C. Steel Works D. Formworks V. Masonry Vi. Plastering Works Vii. Roofing Works Viii. Ceiling Works Ix. Tile Works X. Doors And Windows With Complete Accessories Xi. Plumbing Works Xii. Electrical Works Xiii. Painting Works Xiv. Installation Of Logo Total Bid Amount Section Ix. 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 Under The Rules; And ⬜ (d) Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (e) 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 (f) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And ⬜ (g) 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 ⬜ (h) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (i) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (k) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (l) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] Bid Form Date : Project Identification No. : To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines12 For This Purpose; H. We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; I. We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. K. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signature: Duly Authorized To Sign The Bid For And Behalf Of: Date: 12 Currently Based On Gppb Resolution No. 09-2020 Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] Republic Of The Philippines) City Of ) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice] Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republic Of The Philippines ) City/municipality Of ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This Day Of , 20 At , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date2 Jul 2025
Tender AmountPHP 48.4 Million (USD 870.4 K)
Details: Description Invitation To Bid For Establishment Of Pump Irrigation Projects In Caguray Ris (nicolas Area) Pb # Occmdo-imo-2025-040 1. The Nia Occidental Mindoro Imo, Through The General Appropriations Act (gaa) Cy 2025 Intends To Apply The Sum Of Forty-eight Million Four Hundred Fifteen Thousand Seven Hundred Sixty-four Pesos And Sixty-seven Centavos (₱ 48,415,764.67) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Establishment Of Pump Irrigation Projects In Caguray Ris (nicolas Area) Located At Magsaysay, Occidental Mindoro With Contract No. 2025-occi-epip-cris(nicolasarea)-50m-040. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia Occidental Mindoro Imo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Equipment Requirement: One (1) Unit – Dozer (165 Hp) One (1) Unit – One Bagger Concrete Mixer One (1) Unit – Payloader (1.5 Cu.m.) Nine (9) Unit – 6”x12” Concrete Cylinder One (1) Unit – Service Vehicle One (1) Unit – Air Compressor (51hp) One (1) Unit – Water Truck (2,000-4,000 L Cap.) One (1) Unit – Butt Fusion & Accessories One (1) Unit – Low Bed Truck One (1) Unit – Concrete Vibrator Drive Unit, 5hp One (1) Unit – Dump Truck (1.0 Cu.m) One (1) Unit – Bar Cutter One (1) Unit – Boom Truck (197hp) One (1) Unit – Concrete Vibrator, 2” (50mm) One (1) Unit – Truck Mounted Drilling Rig (175hp) One (1) Unit – Generator Set 10kw, 18kva One (1) Unit – Stake Truck (1-8 Tons) Cap. All Models Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) One (1) Technician For Ai Satellite Monitoring System (minimum Of 5 Years Experience) One (1) Electrical Engineer (minimum Of 5 Years Experience) One (1) Mechanical Engineer (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Nia Occidental Mindoro Imo And Inspect The Bidding Documents At The Address Given Below From June 09 – July 2, 2025, Monday To Friday, 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 09 - July 2, 2025 From Given Address Below Upon Presentation Of Letter Of Intent, Valid Pcab License With “medium A, And Specialty In Electrical Work; And Mechanical Work Category, And Upon Payment Of Non-refundable Fee For The Bidding Documents, In The Amount Of Twenty-five Thousand Pesos (₱ 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Nia Occidental Mindoro Imo Will Hold A Pre-bid Conference On June 17, 2025; 2:30 Pm At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders And Upon Presentation Of Special Power Of Attorney, With Valid Identification Card Issued By The Philippine Government. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before July 2, 2025; 8:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On July 2, 2025; 10:00 Am At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Upon Presentation Of Special Power Of Attorney, With Valid Identification Card Issued By The Philippine Government. 10. The Nia-occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah Torres Sapo Bac Secretariat, Head Nia Occidental Mindoro Imo San Roque, San Jose, Occidental Mindoro 5100 Email Address: R4b.occimindoro-imo.bac@nia.gov.ph Phone Number: 0977-8247254 / 0920-9595102 12. For Downloading Of Bidding Documents: You May Visit Www.philgeps.gov.ph, Or You May Contact The Bac Secretariat Through The Contacts Provided June 09, 2025 (sgd)engr. Emelito V. Urriquia Bac Chairperson
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date2 Jul 2025
Tender AmountPHP 48.4 Million (USD 870.4 K)
Details: Description Invitation To Bid For Establishment Of Pump Irrigation Projects In Caguray Ris (laste Area) Pb # Occmdo-imo-2025-039 1. The Nia Occidental Mindoro Imo, Through The General Appropriations Act (gaa) Cy 2025 Intends To Apply The Sum Of Forty-eight Million Four Hundred Fifteen Thousand Seven Hundred Sixty-four Pesos And Sixty-seven Centavos (₱ 48,415,764.67) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Establishment Of Pump Irrigation Projects In Caguray Ris (laste Area) Located At Magsaysay, Occidental Mindoro With Contract No. 2025-occi-epip-cris(lastearea)-50m-039. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia Occidental Mindoro Imo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Equipment Requirement: One (1) Unit – Dozer (165 Hp) One (1) Unit – One Bagger Concrete Mixer One (1) Unit – Payloader (1.5 Cu.m.) Nine (9) Unit – 6”x12” Concrete Cylinder One (1) Unit – Service Vehicle One (1) Unit – Air Compressor (51hp) One (1) Unit – Water Truck (2,000-4,000 L Cap.) One (1) Unit – Butt Fusion & Accessories One (1) Unit – Low Bed Truck One (1) Unit – Concrete Vibrator Drive Unit, 5hp One (1) Unit – Dump Truck (1.0 Cu.m) One (1) Unit – Bar Cutter One (1) Unit – Boom Truck (197hp) One (1) Unit – Concrete Vibrator, 2” (50mm) One (1) Unit – Truck Mounted Drilling Rig (175hp) One (1) Unit – Generator Set 10kw, 18kva One (1) Unit – Stake Truck (1-8 Tons) Cap. All Models Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) One (1) Technician For Ai Satellite Monitoring System (minimum Of 5 Years Experience) One (1) Electrical Engineer (minimum Of 5 Years Experience) One (1) Mechanical Engineer (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Nia Occidental Mindoro Imo And Inspect The Bidding Documents At The Address Given Below From June 09 – July 2, 2025, Monday To Friday, 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 09 - July 2, 2025 From Given Address Below Upon Presentation Of Letter Of Intent, Valid Pcab License With “medium A, And Specialty In Electrical Work; And Mechanical Work Category, And Upon Payment Of Non-refundable Fee For The Bidding Documents, In The Amount Of Twenty-five Thousand Pesos (₱ 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Nia Occidental Mindoro Imo Will Hold A Pre-bid Conference On June 17, 2025; 2:00 Pm At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders And Upon Presentation Of Special Power Of Attorney, With Valid Identification Card Issued By The Philippine Government. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before July 2, 2025; 8:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On July 2, 2025; 9:00 Am At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Upon Presentation Of Special Power Of Attorney, With Valid Identification Card Issued By The Philippine Government. 10. The Nia-occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah Torres Sapo Bac Secretariat, Head Nia Occidental Mindoro Imo San Roque, San Jose, Occidental Mindoro 5100 Email Address: R4b.occimindoro-imo.bac@nia.gov.ph Phone Number: 0977-8247254 / 0920-9595102 12. For Downloading Of Bidding Documents: You May Visit Www.philgeps.gov.ph, Or You May Contact The Bac Secretariat Through The Contacts Provided June 09, 2025 (sgd)engr. Emelito V. Urriquia Bac Chairperson
National Irrigation Administration Tender
Civil And Construction...+2Irrigation Work, Automobiles and Auto Parts
Philippines
Closing Date30 Jun 2025
Tender AmountPHP 48.4 Million (USD 870.4 K)
Details: Description Invitation To Bid For Establishment Of Pump Irrigation Projects In Bayotbot Cis Pb # Occmdo-imo-2025-038 1. The Nia Occidental Mindoro Imo, Through The General Appropriations Act (gaa) Cy 2025 Intends To Apply The Sum Of Forty-eight Million Four Hundred Fifteen Thousand Seven Hundred Sixty-four Pesos And Sixty-seven Centavos (₱ 48,415,764.67) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Establishment Of Pump Irrigation Projects In Bayotbot Cis Located At San Jose, Occidental Mindoro With Contract No. 2025-occi-epip-bayotbotcis-50m-038. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia Occidental Mindoro Imo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Equipment Requirement: One (1) Unit – Dozer (165 Hp) One (1) Unit – One Bagger Concrete Mixer One (1) Unit – Payloader (1.5 Cu.m.) Nine (9) Unit – 6”x12” Concrete Cylinder One (1) Unit – Service Vehicle One (1) Unit – Air Compressor (51hp) One (1) Unit – Water Truck (2,000-4,000 L Cap.) One (1) Unit – Butt Fusion & Accessories One (1) Unit – Low Bed Truck One (1) Unit – Concrete Vibrator Drive Unit, 5hp One (1) Unit – Dump Truck (1.0 Cu.m) One (1) Unit – Bar Cutter One (1) Unit – Boom Truck (197hp) One (1) Unit – Concrete Vibrator, 2” (50mm) One (1) Unit – Truck Mounted Drilling Rig (175hp) One (1) Unit – Generator Set 10kw, 18kva One (1) Unit – Stake Truck (1-8 Tons) Cap. All Models Manpower Requirements: One (1) Project Manager (minimum Of 5 Years Experience) One (1) Project Engineer (minimum Of 5 Years Experience) One (1) Material Engineer (minimum Of 5 Years Experience) One (1) Safety Officer (minimum Of 2 Years Experience) One (1) Foreman (minimum Of 5 Years Experience) One (1) Technician For Ai Satellite Monitoring System (minimum Of 5 Years Experience) One (1) Electrical Engineer (minimum Of 5 Years Experience) One (1) Mechanical Engineer (minimum Of 5 Years Experience) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Nia Occidental Mindoro Imo And Inspect The Bidding Documents At The Address Given Below From June 09 - 30, 2025, Monday To Friday, 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 09-30, 2025 From Given Address Below Upon Presentation Of Letter Of Intent, Valid Pcab License With “medium A, And Specialty In Electrical Work; And Mechanical Work Category, And Upon Payment Of Non-refundable Fee For The Bidding Documents, In The Amount Of Twenty-five Thousand Pesos (₱ 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Nia Occidental Mindoro Imo Will Hold A Pre-bid Conference On June 17, 2025; 11:00 Am At Nia Training Center, San Roque, San Jose, Occidental Mindoro Which Shall Be Open To Prospective Bidders And Upon Presentation Of Special Power Of Attorney, With Valid Identification Card Issued By The Philippine Government. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before June 30, 2025; 1:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On June 30, 2025; 4:00 Pm At Nia Training Center, San Roque, San Jose, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Upon Presentation Of Special Power Of Attorney, With Valid Identification Card Issued By The Philippine Government. 10. The Nia-occidental Mindoro Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joselle Elijah Torres Sapo Bac Secretariat, Head Nia Occidental Mindoro Imo San Roque, San Jose, Occidental Mindoro 5100 Email Address: R4b.occimindoro-imo.bac@nia.gov.ph Phone Number: 0977-8247254 / 0920-9595102 12. For Downloading Of Bidding Documents: You May Visit Www.philgeps.gov.ph, Or You May Contact The Bac Secretariat Through The Contacts Provided June 09, 2025 (sgd)engr. Emelito V. Urriquia Bac Chairperson
KONSTANTIN FOTINOV VOCATIONAL HIGH SCHOOL OF ELECTRICAL ENGINEERING AND ELECTRONICS Tender
Civil And Construction...+1Civil Works Others
Bulgaria
Closing Date27 Jun 2025
Tender AmountBGN 173.9 K (USD 101.8 K)
Purchaser Name: KONSTANTIN FOTINOV VOCATIONAL HIGH SCHOOL OF ELECTRICAL ENGINEERING AND ELECTRONICS | Доставка И Гаранционно Обслужване На Оборудване За Изграждане На Училищна Steм Среда И Воскс В Пгее „константин Фотинов“, Финансирано По Проект Bg-rrp-1.015 "училищна Stem Среда
Public Works Tender
Civil And Construction...+1Civil Works Others
South Africa
Closing Date19 Jun 2025
Tender AmountRefer Documents
Description: Doj Botshabelo Magistrate Office- Repair And Refurbishment Of Magistrate Complex (mechanical & Electrical Engineering)
Public Works Department - PWD Tender
Security and Emergency Services...+2Electrical Works, Electrical and Electronics
Eprocure
India
Closing Soon16 Jun 2025
Tender AmountINR 563.7 K (USD 6.5 K)
Description: Deposit Installation Of Fire Fighting Equipments In Old Block College Of Engineering Poonjar Electrical Fire Fighting Work
Public Works Tender
Civil And Construction...+1Civil Works Others
South Africa
Closing Date19 Jun 2025
Tender AmountRefer Documents
Description: Doj: Botshabelo Magistrate Office- Repair And Refurbishment Of Magistrate Complex (mechanical & Electrical Engineering)
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date10 Jul 2025
Tender AmountPHP 4.5 Million (USD 80.9 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee 3rd Floor Peo Bldg., Capitol Compound Lagawe, Ifugao Email Ad.: Bacgoodsifugao13@gmail.com Request For Proposal Publication No. 08-2025-c (two-failed Biddings) Invitation To Apply For Eligibility And To Bid (iaeb) For Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 5 For The Contract Approved By The Sanggunian Panlalawigan For Cy 2024 Intends To Apply The Sum Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 08-2025-c (negotiated Procurement; Two-failed Biddings). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Plgu-ifugao Now Calls For The Submission Of Eligibility Documents For The Hydro Energy Development: Pre Fs. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before 1:00 P.m. Basing On The Bac Office - Wall Clock Of June 19, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be At 2:00 P.m. Of June 19, 2025 At The Address Stated Above. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Provincial Government Of Ifugao And Inspect The Bidding Documents At The Address Given Below During 8:00 O’clock Am To 5:00 O’clock Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 05, 2025 To July 10, 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 Only (php 5,000.00). 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 Five (5) Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Applicable Experience Of The Firm (within The Past 10 Years) (30 Points): • Completed Consulting Services Of Size, Complexity And Technical Specialty Comparable (similar/relevant) To The Job Under Consideration, Including Quality Of Performance. • Other Completed Consulting Services Related To The Job Under Consideration • Known Cases Of Prior Performance Including Quality Of Work Conforming To Obligation And Cost Of Services. Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project (50 Points); And Job Capacity (20 Points): • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 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 Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 7. The Bids Shall Be Evaluated Using The Quality-cost Based Evaluation/selection (qcbe/qcbs) Procedure. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 8. The Weight Of The Technical Proposal Shall Be 80% And The Financial Proposal Shall Be 20%. 9. The Contract Shall Be Completed Within One Hundred Twenty (120) Calendar Days, From The Date Of Contract Signing. 10. The Plgu-ifugao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: The Bac Secretariat Bids And Awards Committee (bac) Office 3rd Floor Peo Building, Capitol Compound, Poblacion South, Lagawe, Ifugao Bacgoodsifugao13@gmail.com 0953-931-6730 Date Of Posting: June 05, 2025 Carmelita B. Buyuccan Bac Chairperson Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Office Of The Provincial Governor Lagawe, Ifugao Terms Of Reference Project Title : Hydro Energy Development: Pre Fs Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of The Proposed Construction Of Alimit Hydro Power Plant. 4,500,000.00 Total 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,500,000.00 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved By: Jerry U. Dalipog Provincial Governor Table Of Contents Part I. Definition Of Terms ………………………………………………………………………………………. 03 Part Ii. Background ………………………………………………………………………………………………….. 04 1. General Background ...………………………………………………………………………………….. 04 Part Iii. Objective .………………………………………………………...…………………………………………. 05 Part Iv. Scope Of Work: ……………….………………………………............................................... 06 1. Field Survey ………………………………….………… …………………………………………………… 06 2. Office Work ………………………………………………………………………………………………………. 06 Part V. Submission Of Output And Schedule …………………………………………………………….. 07 1. Complete Package …………………………....................................................................... 07 2. Effectivity And End Of Consulting Services ………………………………………...……………… 07 Part Vi. Qualification Of Consultants …………………………………………………………….. ………. 07 Criteria For Short Listing ………………………………………………………………………………………………… 09 Criteria For Bid Evaluation …………………………………………………………………………………………… 09 Post Qualification Of Highest Rated Bid ………………………………………………………………………. 09 Part Vii. Source Of Fund…………………………….…………………………………………………………………… 09 Part Viii. Consultant’s Services Fee ………………………………………………………......................... 10 Approved Budget For The Contract……….………………………………..…...……………………………… 10 Advance Payment ……………………………………………………………………………………………………… 10 Progress Billing …………………………………………………………………………………………………………. 10 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….……..................................................................................................... 11 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….……………………………… 11 Part Xi. Settling Of Disputes ……………………………………………………………………........................... 11 Part Xii. Consultant’s Liability …………………………………………………………………………………………. 11 Part Xiii. Annexes ……………………………………………………………………………………………………………….. 12 1. Annex “a”- Criteria For Short Listing……..………………………………………………………… 12 2. Annex “b” - Certificate Of Availability Of Fund …………………….………………………….. 13 3. Annex “c”- Approved Budget For The Contract ……………………………………………… 14 Part Xiv. Forms ………………………………………………………………………………………………….….............. 14 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………............ 15 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……….. 16 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………… 17 4. Pf-4: Omnibus Sworn Statement Form ……………………………………………………………….. 18 Part I Definition Of Terms For Purposes Of This Clause, The Bold Text Is Used To Identify The Defined Terms. 1. Denr – Department Of Environment And Natural Resources 2. Doe – Department Of Energy 3. Ncip – National Commission On Indigenous People 4. Nwrb – National Water Resource Board 5. Plgu - Provincial Local Government Unit Of Ifugao. 6. Sps - Special Project Section At The Provincial Governor’s Office. 7. Pgo - Provincial Governor’s Office. 8. Peo - Provincial Engineering Office. 9. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Pre-application Requirements And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. 10. Consultant - Is The Consultancy Services Entity Represented By The Manager Whose Proposal Has Been Accepted By The Plgu And To Whom The Contract To Provide The Consultancy Services Was Awarded. 11. Consulting Services – Refers To Services For Consultancy Or Activities Of The Provincial Local Government Of Ifugao Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Plgu To Undertake Such As Development Of Hydro Power Plants. 12. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Pre-application And Pre-feasibility Study Requirements Of The Construction Of Alimit Hydro Power Plant. 13. Contract Price - Is The Consultant’s Fee Stated In The Letter Of Acceptance And Thereafter To Be Paid By The Plgu To The Consultant For The Provision Of The Consultancy Services In Accordance With This Contract. 14. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 15. Plgu Engineer - Refers To The Provincial Engineer. 16. Re – Renewable Energy Part Ii Background 1. General Background It Has Long Been The Dream Of The People Of Ifugao For A Stable Power Supply To Improve The Delivery Of Government Services, Spur Industrialization And Economic Progress. The Proposed Construction Of Alimit Hydro Power Plant Will Harness The Existing Natural Water Resources Of The Province To Generate Electric Power And Facilitate Or Contribute In The Energization Of The Remaining 4,824 Households Without Power Amongst Ifugao’s And Provide A Stable Power Supply To The Local Industries, Manufacturers, Government And Private Institutions And Generate Additional Income To Finance The Different Programs, Projects And Activities Of The Provincial Local Government Unit (plgu) Of Ifugao. The Plgu Is About 90% Dependent On The National Tax Allocation (nta) Hence The Need To Increase The Local Revenue. The Pre-application Requirement For The Processing Of The Applications For Renewable Energy Service Contract Is Very New To The Plgu Hence This Project Proposal For Consultancy To Engage Consultants Who Are Experts In The Preparation Of The Requirement Including The Pre-feasibility Study. This Terms Of Reference (tor) Covers The Preparation Of The Pre-application Documents Such As Topographic Survey To Ascertain The Location And Orientation Of The Project And As Basis Of The Area Clearance By The Department Of Energy. The Consultant Or Consultants Shall Also Submit A Pre-feasibility Study Based On Primary And Secondary Data To Check Whether The Proposal Is Worth Pursuing For The Comprehensive Feasibility Study Preparation And Detailed Technical Study With Engineering Design. The Study Includes The Submission And Application Of The Following To The Doe: Pre-application Requirements: A. Legal I) Original Copy Of Sp Resolution Approving The Proposed Project And Authorizing Its Representative To Negotiate And Enter Into Renewable Energy (re) Contract With Doe; Ii) Certified True Copy Of Passport Id Or Any Valid Government Issued Id Of The Authorized Representatives, I.e., Signatory And Witness Under The Re Contract. B. Technical I) Digital And Four (4) Print Copies In 8.5”x13” Bond Paper Of The Work Program In Gantt Chart Following The Approved Template Of The Doe; Ii) Digital And Print Copy Of Proposed Re Project Site/area Location Map And Technical Description As Verified By Doe Itms; Iii) Letter Signifying Intent To Pursue The Application Subject To Compliance With The Requirements Of Ra 11038 (expanded Nipas Of 2018) And Eo No. 23 Being Administered By The Department Of Environment And Natural Resources (denr). The Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb) Are Some Of The Documents To Be Submitted To Form Part Of The Pre-feasibility Study. C. Financial I) Original Copy Or Certified True Copy Of The Latest Annual Report And/or Audited Financial Statements (fs) For The Last Two (2) Years From The Filing Date And Latest Unaudited Fs Duly Signed By The Responsible Official Such As The Chief Finance Officer If The Audited Fs Is More Than Six (6) Months Old At The Time Of Filing; Ii) Bank Certification To Substantiate The Cash Balance In The Audited Fs Or Unaudited Fs. Iii) Projected Cash Flow Statement For The Next Five (5) Years Showing The Fund Sources And Uses Of Funds For The Particular Offered Area, Other Applied Re Areas, Existing Service/operating Contracts With Doe And Other Existing Business With Support From Any Bank Approved Loan/credit Line Earmarked For The Proposed Operation. D. Lgu Endorsement – Barangay And Municipal. Pre-feasibility Study Requirements: A. Topographic Study – Submission Of A Namria Scaled Topographic Map Showing The Appropriate Location Of The Power Plant System In Accordance To Doe Prescribed Scale. B. Hydrological Study – Submission Of A Hydrology Cycle Based On Actual Site Data And Historical Data From Government Agencies Like Pag-asa, Nia And Dpwh-brs. Determination Of The Minimum And Maximum River Flow Of Tributaries, Design Discharge, Net Head And Projected Annual Generation. C. Geological Study – Submission Of Site Geologic And Geohazard Assessment (ie. Earthquake, Erosion). Determine Rock Characteristics From At Least One Bored Hole At The River Bank Along The Proposed Dam Axis And Determination Of Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Energy Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Financial/economic Internal Rate Of Return (f/eirr) – Submission Of The Bcr And F/eirr Run. F. Social And Environmental Study – Submission Of Environmental Compliance Certificate (ecc)/environmental Impact Assessment (eia), Ncip Certification Precondition With Pre-field Base Investigation, Field Base Investigation, Free And Prior Inform Consent (fpic) And Water Permit And Water Sustainability Plan From The National Water Resource Board (nwrb). G. Preliminary Civil Works And Electro-mechanical Works – Submission Of Technical Description Of The Project, Initial Design Of The Structures And Technical Drawings. Access Road Alignment, Transmission Line Alignment, Dam, Penstock, And Power House Layout And Electro-mechanical Specifications. H. Preliminary Project Cost Estimates – Submission Of Unit Price Analysis And Program Of Work. Part Iii Objective 1. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Pre-application Requirements For The Processing Of Applications For Renewable Energy Service Contract So That Plgu Ifugao Will Be Awarded The Prior Rights To Develop The Site For A Hydro Power Plant Over Private Developers. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development (pre-feasibility Study) And Ensure That Proper Guidance Is Provided To Management Whether To Proceed With The Comprehensive Feasibility Study And Detailed Engineering Design. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted On Site To Gather Information Needed In The Submission Of Documents And Other Requirements For Pre-application And Pre-feasibility Study Such As Preparation Of: A. Letter Of Intent (loi); B. Letter Of Authority Or Board Resolution; C. Location Map; D. Area Clearance; E. Doe Orientation. The Following Activities Are: A. Travel And Courtesy Call To The Governor With Plgu Officials; B. Meeting And Consultation With The Municipal And Barangay Officials And Project Affected Persons; C. Reconnaissance And Topographic Survey; D. Measurement Of Flow, Head And Hydropower Layout; E. Boring/rock Sampling And Geologic Assessment; F. Identification And Inventory Of Social And Environmental Issues; G. Finalize Measurement And Wrapping Up All Surveys; H. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For Pre-application To The Department Of Energy Prescribed Under Ra 11234- Energy Virtual One-stop Shop Act (evos) And Pre-feasibility Study Indicating Whether The Construction Of Alimit Hydro Power Plant Is Worth Pursuing. The Pre-application Should Contain The Legal, Technical And Financial Requirements For The Renewable Energy Service Contracting And Packaging With The Following Pre-feasibility Topic Content Or As Maybe Agreed Upon Engagement: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Executive Summary And Salient Features – The Executive Summary Contains In A Nutshell The Result Of The Study Anchored On The Viability Indicators Such As Social And Environmental, Organizational, Technical, Market And Economic/financial Parameters. The Salient Features Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Weir, Power Tunnel, Surge Tank, Headrace, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line) And Average Annual Generation. The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Headrace, Penstock, Power House, Turbine And Generator And Power Evacuation. C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Intensity Requirement Of The Dam, Power House And Critical Structures; D. Hydrology – Describe The River System, Catchment Area, Historical Rainfall Data And Design River Discharge; E. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years And Reckoned From January To December; F. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; G. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability Andzccxz Right Of Way (row) Documentation. The Assessment And Documentation Are In Accordance To Pd 1586, Denr Administration Order 30-2003, Ra 8371, Ra 7586 And Ra 9513. H. Power And Market Study – Describes The Current Condition Of The Power Supply In Ifugao And The Desired Demand For A Stable And Affordable Power Supply. I. Ball Park Cost Estimate – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Weir, Power Tunnelling And Civil Works, Headrace, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line, Access Roads, Social Development Expenses, Administrative And Project Management Expenses, Consultancy Fees, Contingency And Taxes. J. Organizational Analysis And Economic/financial Analysis – The Organizational Analysis Spells-out The Appropriate Organizational Structure To Manage The Hydropower Plant Whether In-house Or Out-source Or Hybrid. The Economic/financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Return On Investment Or Determination Of The Financial/economic Internal Rate Of Return As Maybe Appropriate; K. Construction Schedule – To Be Presented In A Bar Chart From Survey And Site Investigation, Design And Preparation Of Detailed Engineering Design (ded), Approval Of Ded And Securing Statutory Clearances, Construction Of The Different Structures And Facilities, Designing-manufacturing-testing-acceptance Of Electrical And Mechanical (e&m) Equipment, Commissioning, Test Run Of The Project, And Commercial Operation Declaration; L. Technical Specification Of Electrical And Mechanical Packages – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The Pre-application Requirement And Pre-feasibility Study To Be Submitted In Hard Copies (3 Copies) And Electronic Copy Saved In Active And Pdf File. 2. Effectivity And End Of Consultancy Services The Consultancy Services Shall Be Effective Upon Signing And Notarization Of The Consultancy Service Contract. The Submission Of Final Output Is After 120 Calendar Days From Contract Signing And Terminates Upon The Issuance Of The Certificate Of Completion And Acceptance By The Implementing Agency Through A Group Of Reviewers From The Legal, Technical, Financial, Administrative Departments And Sanguniang Panlalawigan Of The Plgu. The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days Including The Approval Of The Head Of The Procuring Entity. Part Vi Qualification Of Consultant/s The Eligibility Requirements, Eligibility Criteria, And Eligibility Check Shall Be Based On The Provisions Of Section 24 Of The 2016 Irr Of Ra 9184. Consultant/s May Be Any Natural Or Juridical, Local Individual Or Company With Valid Business Permit And Other Documentary Requirements As Specified In The Revised Implementing Rules And Regulations Of Ra 9184 Which Shall Be Defined In The Bidding Documents For The Project. Valid Joint Venture Agreement (jva), In Case A Joint Venture Is Already In Existence. In The Absence Of A Jva, 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, Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Be A Ground For The Forfeiture Of The Bid Security. Each Partner Of The Joint Venture Shall Submit The Philgeps Certificate Of Registration In Accordance With Section 8.5.2 Of This Irr. The Submission Of Technical And Financial Documents By Any Of The Joint Venture Partners Constitute Compliance. Participating Bidder Must Possess The Track Record/experiences Which Are Similar In Nature And Complexity To The Contract For Bidding Mainly The Preparation Of Doe Service Contract Pre-application Requirement And The Pre-feasibility Study Preparation. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below With The Required Profession And Experience: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineering Or Hydro Power Engineering Related Courses At Least 5 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resources Engineering At Least 3 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 5 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineering At Least 3 Years Relevant Experience 6 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 7 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 8 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 9 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience Criteria For Shortlisting - The Provisions Of Section 24.5 Of The 2016 Irr Of Ra 9184 Shall Apply In The Short Listing. 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firm Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants; 1.2. Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertakings; And 1.3. Current Workload Relative To Capacity. Criteria For Bid Evaluation – The Provisions Of Section 33 Of The 2016 Irr Of Ra 9184 Shall Apply In The Bid Evaluation. 1. The Consulting Firm Shall Be Selected Using The Quality-cost Based Evaluation (qcbe) Procedure Based On The Following Criteria: 1.1. Technical Proposal : 80% 1.2. Financial Proposal : 20% Post Qualification Of Highest Rated Bid – The Provisions Of Section 34 Of The 2016 Irr Of Ra 9184 Shall Apply In The Post-qualification Process. The Highest Rated Bid Shall Undergo Post-qualification In Order To Determine Whether The Bidder Concerned Complies With And Is Responsible To All The Requirements And Conditions As Specified In The Bidding Documents. Part Vii Source Of Fund Funds For The Preparation Of Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,500,000.00. Part Viii Consultancy Services Fee 1. The Fee For The Consultancy Service Is Inclusive Of Remuneration Cost (basic Salary, Social Charge, Overhead, Management Fee), Reimbursable Cost, Contingency, And Taxes. This Shall Also Be The Basis In Establishing The Approved Budget For The Contract (abc). Approved Budget For The Contract (abc) The Approved Budget For The Contract (abc) Is Four Million Five Hundred Thousand Pesos (php 4,500,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 2,645,308.81 Ii Reimbursable Costs 1,342,000.00 Iii Vat (12% Of Remuneration) 317,437.06 Iv Contingency (5% Of I & Ii) 199,365.44 V Grand Total 4,504,111.30 Say 4,500,000.00 2. In All Billing Transactions, The Fee Shall Be Deposited Directly To The Consultant’s Bank Account. In This Connection, The Consultant Shall Provide The Name Of The Bank, Account Name, And Account Number. Advance Payment: I. The Consultant Shall Be Entitled To Fifteen Percent (15%) Advance Payment Upon The Effectivity Of Its Contract And Submission Of The Inception Report Which Shall Be Released In Lumpsum Amount; Ii. The Advance Payment Shall Be Recouped By Deducting In Every Progress Billing Using The Same Percentage Of The Progress Billing For The Deduction. Progress Billing: I) Consultant’s Progress Billing Shall Be Administered Twice With The First Billing At 40% Upon Submission And Application To Doe Of The Requirement For Pre-application Such As The Topographic Map, Legal, Technical And Financial Documents. The Last Billing Shall Be Processed Upon Submission Of The Packaged Pre-feasibility Study Containing The Items Under The Pre-feasibility Study Requirements Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items May Be Requested During Progress Billing Based On Actual Expenses Incurred And Supported By Official Receipts/documents. In The Absence Of Official Receipts/documents, The Firm May Also Be Allowed To Submit A Certification Of Actual Disbursements Made Under Oath. Part Ix Data, Local Services And Personnel To Be Provided By The Plgu For Critical Advisories 1. Plgu Warrants The Availability Of Funds; 2. Plgu Shall Provide All Contract Documents To The Consulting Firm; 3. Plgu Shall Provide Focal Persons From Plo For Legal Review, Peo For Technical Review, Ppdo For Project Development And Pre-fs Evaluation Review, Pto With Sanguniang Panlalawigan (sp) For The Financial Viability Review And Administrator’s Office For The Hydro Power Organizational Structure Review. The Plgu May Engage Experts To Help In The Review Of Consultant’s Output. Part X Consultant’s Action Requiring Plgu’s Prior Approval Replacement Of Technical Personnel By The Consultant Must Have The Prior Approval Of Plgu. Plgu Will Approve The Replacement, If The Qualifications Of The Substitute Professional Equals Or Surpasses That Of The Professional Staff To Be Replaced. Part Xi Settling Of Disputes Any Dispute Arising From The Delivery Of The Contract For The Consultancy Services Shall Be Settled Amicably By Both Parties. During The Entire Negotiations, The Plgu Shall Be Represented By The Plgu Legal Officer While The Consultant Shall Be Represented By The General Manager/project Manager. Should The Two Parties Fail To Settle Their Dispute Amicably, The Dispute Shall Be Referred To The Dole Ifugao Provincial Office Or Other Appropriate Entity As Agreed By The Contracting Party. Part Xii Consultant’s Liability The Consultant’s Liability Under This Contract Shall Be Provided/governed By Applicable Laws Of The Republic Of The Philippines (i.e. Ra 9184). Part Xiii Annexes Annex “a” Criteria For Shortlisting Rating Factor Points/weight Applicable Experience Of The Consultant And Members In Case Of Joint Ventures, Considering Both The Overall Experiences Of The Firm Or, In The Case Of New Firms, The Individual Experiences Of The Principal And Key Staff, Including The Times When Employed By Other Consultants. For The Last 5 Years. 30 Qualification Of Personnel Who May Be Assigned To The Job Vis-à-vis Extent And Complexity Of The Undertakings. 50 Current Workload Relative To Capacity 20 The Passing Rate To Be Short Listed Is 70 Points And Above. Note: Applicable Experience Refers To Contracts With Scope Of Works Covering The Preparation Of Re Service Contract Pre-application And Conduct Of Pre- Feasibility Or Feasibility Study Of Hydropower Energy Plant. Annex “b” Certificate Of Availability Of Fund Republic Of The Philppines Provincial Local Government Of Ifugao Lagawe, Ifugao Date: Certification To Whom It May Concern: This Is To Certify That The Amount Of Four Million Five Hundred Thousand Pesos (php 4,500,000.00 ) Philippine Currency Is Available For Expenditure For The Hydro Energy Development: Pre Fs. Payment Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: Cy 2024 Supplemental Budget No. 5 Appropriation Available: Allotment Available: Funds Available: Vergilio T. Marques Charles P. Baguilat Martha U. Ballangi Provincial Budget Officer Provincial Accountant Oic. Provincial Treasurer Approved By: Jerry U. Dalipog Provincial Governor Annex “c” Approved Budget For The Contract Consultancy Services Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 70 6,674.15 467,190.53 2 Hydrologist 1 46 6,663.33 306,513.18 3 Surveyor / Topographer 1 54 3,601.71 194,492.12 4 Civil Engineer 1 70 4,140.00 289,800.00 5 Geologist 1 36 3,857.73 138,878.18 6 Environmental Impact Assessment (eia) Preparer 2 184 2,666.91 490,711.94 7 Social Impact Assessment (sia) Preparer 2 184 2,666.91 490,711.94 8 Driver 3 60 1,018.18 61,090.91 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,645,308.81 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 1,800 Per Man-day Man-days 440 1,800.00 792,000.00 9 Housing Allowance Man-days 440 1,250.00 550,000.00 Sub-total 1,342,000.00 10 Vat (12% Of Remuneration Cost) Ls 317,437.06 11 Contingency 5% Of (i+ii) Ls 199,365.44 Total 4,504,111.30 Say 4,500,000.00 Part Xiv Forms Pf-1. Format Of Curriculum Vitae (cv) For Proposed Consultancy Proposed Position: ________ Name Of Firm: Name Of Staff: Profession: Date Of Birth: ________________ Years With Firm/entity: ______ Nationality: Membership In Professional Societies: Detailed Tasks Assigned: Key Qualifications: [give An Outline Of Staff Member’s Experience And Training Most Pertinent To Tasks At Hand. Describe Degree Of Responsibility Held By Staff Member On Relevant Previous Projects And Give Dates And Locations.] Education: [summarize College/university And Other Specialized Education Of Staff Members, Giving Names Of Schools, Dates Attended, And Degrees Obtained.] Employment Record: [starting With Present Position, List In Reverse Order Every Employment Held. List All Positions Held By Staff Member Since Graduation, Giving Dates, Names Of Employing Organizations, Titles Of Positions Held, And Locations Of Projects. For Experience In Last Ten Years, Also Give Types Of Activities Performed And Client References, Where Appropriate.] Languages: [for Each Language, Indicate Proficiency: Excellent, Good, Fair, Or Poor In Speaking, Reading, And Writing.] Certification: I, The Undersigned, Certify To The Best Of My Knowledge And Belief, These Data Correctly Describe Me, My Qualifications, And My Experience. Date: [signature Of Staff Member Of The Firm] (day/month/year) ___________________________________________________________ (full Name Of Staff Member) Pf-2. Financial Proposal Submission Form [date] The Chairperson Bids And Awards Committee Provincial Local Government Unit Of Ifugao Poblacion South, Lagawe, Ifugao Madam: We, The Undersigned, Offer To Provide The Consulting Services For The Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-fs Of The Construction Of Alimit Hydro Power Plant In Accordance With Your Terms Of Reference (tor) Dated (insert Date). Our Financial Proposal Is For The Sum Of [amount In Words And Figures]. This Amount Is Inclusive Of Remuneration Cost (basic Salaries, Social Charges, Overhead, Management Fee), Reimbursable Cost (per Diems, Housing Allowance), Contingencies, And Tax Expenses. Our Financial Proposal Shall Be Binding Upon Us Subject To The Modifications Resulting From Contract Negotiations, Up To The Date Of Award. In Accordance With Clause 4 Of The Omnibus Sworn Statement, We Acknowledge And Accept Plgu’s Right To Inspect And Audit All Records Relating To Our Proposal Irrespective Of Whether We Enter Into A Contract With Plgu As A Result Of This Proposal. We Confirm That We Have Read, Understood And Accepted The Contents Of The Terms Of Reference (tor), The Provisions Relating To The Eligibility Of Consultant’s Technical Staff And The Applicable Guidelines Of The Procurement Rules Of The Plgu, Any And All Supplemental Bulletins Issued And Other Attachments And Inclusions In The Terms Of Reference (tor) Sent To Us. We Understand That Our Financial Proposal Is Fixed Which Shall Not Be Adjusted Regardless Of Whether The Contract Actual Duration Of The Consultancy Contract Package Varies From The Original Contract Duration And That You Are Not Bound To Accept Any Proposal You Receive. Yours Sincerely, Authorized Signature : Name And Title Of Signatory : Name Of Firm : Address : Pf 3. Form Of Contract Agreement This Agreement, Made This _______ Day Of _____________, 2025 Between The Provincial Local Government Unit Of Ifugao (plgu) Hereinafter Called The “entity” And ____________________________ Hereinafter Called The “consultant”. Whereas, The Entity Is Desirous That The Consultant Execute The Consultancy Services Provided In The Tor Hereinafter Called “the Services” And The Entity Has Accepted The Price Proposal For _______________________________________________________________ (php ____________________ ) By The Consultant For The Execution Of The Consultancy Services For The Doe Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Terms Of Reference (tor) Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) Terms Of Reference (tor); (b) Annexes; (c) Forms; (d) Financial Proposal; (e) Bids And Awards Committee (bac) Resolution Of Award Of Contract And The Consultant’s Conforme Thereto. 3. In Consideration Of The Payments To Be Made By Plgu To The Consultant As Hereinafter Mentioned, The Consultant Hereby Covenants With Plgu To Execute And Complete The Consulting Services In Conformity With The Provisions Of This Contract In All Respects. 4. Plgu Hereby Covenants To Pay The Consultant In Consideration Of The Execution And Completion Of The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Time And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of Owner (plgu) Binding Signature Of Consultant _______________________________________ ____________________________ [addendum Showing The Corrections, If Any, Made During The Proposal Evaluation Should Be Attached With This Agreement] P F 4. Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of Lagawe) S.s. Affidavit I, ___________________________, Of Legal Age, Married, Filipino, And Residing At _________________________________________________, After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. I Am The Owner And Sole Proprietor Of __________________________________ With Office Address At _____________________________________________; As The Owner And Sole Proprietor Of _______________________________, I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Proposal For The Consultancy Services For The Pre-application And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant For The Project/s Of Ifugao Plgu. 2._________________________________ Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 3. ___________________________________ Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 5. I Am Not Related To The Local Chief Executive (lce) Of Plgu, Members Of The Bac Including The Technical Working Group (twg), The Technical Professionals Who Assisted/drafted The Tor, And The Bac Secretariat By Consanguinity Or Affinity Up To The Third Civil Degree; 6. _____________________________________ Complies With Existing Labor Laws And Standards; And 7. _____________________________________ Is Aware Of And Has Undertaken The Following Responsibilities Of The Service Provider: (a) Carefully Examined The Terms Of Reference (tor); (b) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Service Contract; (c) Made An Estimate Of The Facilities Available And Needed For The Service Contract, If Any; And (d) Inquire Or Secure Supplemental Bulletin(s) Issued For The Consultancy Services For The Topographic Survey And Pre-feasibility Study Of The Construction Of Alimit Hydro Power Plant. In Witness Whereof, I Have Hereunto Set My Hand This ____ Day Of _________________, 20____at Lagawe, Ifugao, Philippines. __________________________________________________________ [consultant’s Name And Signature] Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Hydro Energy Development: Pre Fs 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 4,500,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods, Infrastructure And Consulting Services
11-20 of 126 active Tenders