Electrical Tenders

Electrical Tenders

Awarding Office Of The State Capital Of Hanover, Department Tender

Others
Germany
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Description: To the tender '19-0249-25 Gy Humboldtschule G9-extension, electrical installation, high and low voltage'

City Of Koronadal Water District Tender

Electrical Generators And Transformers...+1Electrical and Electronics
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 1.8 Million (USD 31.7 K)
Details: Description Item Specification Statement Of Compliance (“comply” Or “not Comply”) 1 Supply, Delivery, Installation And Commissioning Of Two (2) Sets Brand New 75 Kva Standby Generator Sets And One (1) Set Brand New 15kva Standby Generator Set A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Deliver, Install And Commission Two Sets Of Brand New 75kva Standby Generator Set, 3phase, 230 Volts With Silent Type Enclosure, Exhaust Silencer, Generator Control Panel And Related Accessories And One (1) Set Brand New 15kva Standby Generator Set, 3phase, 230volts With Silent Type Enclosure, Exhaust Silencer, Generator Control Panel And Related Accessories. 2. Conditions A. The Unit And Accessories Shall Be Brand-new, At Most Three Years Ex-stock. B. The Supplier Shall Be Responsible For The Proper Installation Of The Supplied Generator Sets. C. The Supplier Shall Install The Generator Sets Within Sixty (60) Days After Signing Of Contract/ Purchase Order (po). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Installation And Operation Of The Generator Sets And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On The Unit’s Operation To Guarantee A Smooth And Proper Function Of The Newly-installed Unit. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. Ckwd Engineers Shall Conduct Field Testing With The Presence Of Supplier’s Representative For At Least An Hour With Electrical Load. Supplier Shall Supply All Needed Consumables For The Field Testing Of The Units. E. In Case The Unit Failed During Field Testing, The Supplier Shall Make Necessary Corrections, Repair, Or Replace The Unit Without Cost To The Owner. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. The Unit Must Have A Silent Type Enclosure With Maximum Noise Level Of 80dba At One (1) Meter Distance And Must Have An Enamel Paint Finish. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Commissioning Of The Unit. H. In Case Of Any Malfunction, Defect, Or Failure Of The Unit During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. All Equipment/ Materials Must Be Brand New. 3. Locations A. Ps No. 26: San Roque Ii Ps, Prk. Basak, Brgy. San Roque, City Of Koronadal B. Ps No. 31: Sta. Cruz Iii Ps, Prk. Bagong Silang, Brgy. Sta. Cruz, City Of Koronadal C. Spring Source, Sitio Datal Fitak, Brgy. Assumption, City Of Koronadal B. Technical Specifications It Shall Meet The Following Parameters. A. 75kva Standby Generator Set, 3phase, 230volts Application: Standby Feature: Silent Type Engine: Type: 4 Cycle, Water-cooled, Diesel Engine Number Of Cylinders: At Least 3 Cylinders Cylinder Arrangement: Vertical In-line Combustion System: Direct Injection Aspiration: Turbocharged Rotation: Clockwise Viewed From Front Fuel Injection System: Direct Injection Alternator: Type: 4-poles, Rotating Field, Brushless Standby Power At Rated Voltage: At Least 75 Kva Efficiency: At Least 85% Power Factor: At Least 0.8 Phase: 3 Frequency: 60 Hz Speed: 1800 Rpm Voltage: 230 Volts Regulation: Automatic Voltage Regulator Insulation Cases: H Protection Class: Ip23 Control Panel: Push Button Controls: Stop/ Start, Auto, Test, Manual Features: Programmable Parameters Event Logging With Time Stamp Engine Hours Run Counter Inclusions: Electrical Wire: 30 Meters – 38mm2 Thhn Wire With Nine (9) Terminal Lugs Per Unit Battery: Must Have Battery Charger, Battery Rack And Cable With Brand New Battery Per Unit A. 15kva Standby Generator Set, 3phase, 230volts Application: Standby Feature: Silent Type Engine: Type: 4-stroke Cycle, Water-cooled, Diesel Engine Number Of Cylinders: At Least 3-cylinder Cylinder Arrangement: Vertical In-line Combustion System: Direct Injection Aspiration: Turbocharged Rotation: Clockwise Viewed From Front Fuel Injection System: Direct Injection, Electronic Actuated Governor Alternator: Type: 4-poles, Rotating Field, Brushless Standby Power At Rated Voltage: At Least 15kva Efficiency: At Least 85% Power Factor: At Least 0.8 Phase: 3 Frequency: 60hz Speed: 1800rpm Voltage: 230volts Regulation: Automatic Voltage Regulator Insulation Cases: H Protection Class: Ip23 Control Panel: Push Button Controls: Stop/ Start, Auto, Test, Manual Features: Programmable Parameters Event Logging With Time Stamp Engine Hours Run Counter Inclusions: Electrical Wire: 30 Meters – 22mm2 Thhn Wire With Nine (9) Terminal Lugs Battery: Must Have Battery Charger, Battery Rack And Cable With Brand New Battery C. Additional Requirements (compliance Upon Submission Of Bid Documents) 1. Must Submit Original Catalog / Brochure. (please Attach And Identify Specific Product Brochure) 2. The Manufacturer Should Have A Valid Iso 9001:2008 Certificate. 3. Must Submit Notarized Statement Of Undertaking That The Bidder Have A Regional Presence Or A Regional Service/support Partner/center Within Mindanao And Could Comply With The Requirements Set On Conditions A.2.g To A.2.j D. Additional Requirements (compliance Upon Delivery) 1. Must Have Standard Manufacturer’s Installation Accessories. 2. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 3. Factory Coupled; Certification Is Required Or Equivalent Documents. 4. Must Have Operational Manuals (engine, Alternator And Control Panel) 5. Must Have Protection Circuit Breaker 6. Must Have Factory Load, Performance, Function Tests Documents And Notarized Load Test Result. Generator Load Bank Testing Is Required Prior To Its Delivery With The Presence Of Supplier And Procuring Entity Representatives. 7. Must Have Waybill Of Units Or Equivalent Documents. One Project Having Several Items That Shall Be Awarded As One Contract. The Unit Cost Offered Of Each Item Must Not Exceed The Unit Cost As Per Budget Otherwise, It Will Be Ground For Disqualification.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 110.9 Million (USD 1.9 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass And Diversion Roads San Juan By-pass (rosario – San Juan Laiya Tourism By-pass Road) Phase 1, San Juan Laiaya Road Section Contract Id No. : 24d00301 Contract Location : Batangas Province Scope Of Works : Road Opening Of 4 Lanes Up To Gravel With Boulder Fill On Some Sections On Rice Fields, Stone Masonry For Slope Protection, And Open Line Canal. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Opening 2,758.00 L.m (11.032 Lane Km.); Drainage 454.00 L.m. (908.00 L.m.) Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 225 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass And Diversion Roads San Juan By-pass (rosario – San Juan Laiya Tourism By-pass Road), Candelaria-san Juan Laiya Road Section (phase 2), San Juan, Batangas Contract Id No. : 24d00302 Contract Location : Batangas Province Scope Of Works : Road Opening Of 4 Lanes Up To Gravel With Boulder Fill On Some Sections On Rice Fields, Stone Masonry For Slope Protection, And Open Line Canal. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Opening 2,230.00 L.m (8.92 Lane Km.); Drainage 755.00 L.m. (1,510.00 L.m.) Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 225 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2024 Unprogrammed Appropriations (ua) Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/facilities To Support Social Services Construction Of Tagaytay Tourist (iconic Tower) (phase 10), Brgy. Kaybagal South, Tagaytay City, Cavite Contract Id No. : 24d00304 Contract Location : Cavite Province Scope Of Works : The Scope Of Works For Fy 2024 Unprogrammed Appropriations (ua) Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings/facilities To Support Social Services Construction Of Tagaytay Tourist (iconic Tower) (phase 10), Brgy. Kaybagal South, Tagaytay City, Cavite Are Structural Works From Restaurant Level 2 To View Deck Open. These Structural Works Include Reinforced Beams And Girders, Suspended Slabs, Shearwall, And Stairs. The Scope Of Works Also Include Plumbing Works From Ts-7 To Ts-11. Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2024 Dpwh Infrastructure Project Local Program National Building Program Buildings And Other Structures Construction (completion) Of Dpwh Region Iv-a Office Building, Brgy. Mayapa, Calamba City, Laguna Contract Id No. : 24d00305 Contract Location : Laguna Province Scope Of Works : Architectural - Plain Cement Floor Finish (all Floors) - Unglazed Floor Tiles With Waterproofing (t&b) - Glazed Wall Tiles And Trims (t&b) - Chb Wall Partitions And Chb Low Wall At Ramps - Fluted Wall Cladding At 3rd Floor - Wall Mouldings At 3rd Floor - Aluminum Metal Cladding At 3rd Floor - Steel Railings At Ground Floor And Second Floor - Reflective Insulation - Doors And Windows - Tempered Glass Panels (elevator) - Painting Works (masonry, Wood, And Steel) - Steel Grilles - Building Exterior Finishing Works - Basketball Court Floor Finishes - Basketball Court Accessories - Bleacher Accessories - Retractable Stage Structural - Slab On Grade - Steel Deck And Concrete Slab (all Floors And Ramps) - Structural Steel For Struts, Bracings, Stairs And Elevator - Structural Steel Column: Metal Lath And Accessories Electrical - Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) - Lighting Fixtures And Lamps - Wires And Wiring Devices - Panel Board With Main And Branch Breakers - Generator Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Storm Drain Line Pipes And Fittings - Plumbing Fixtures - Cistern Tank Mechanical - Ventilating Equipment - Airconditioning System - Elevator Electronics - Auxiliary System - Fire Sprinkler System Approved Budget For The Contract : ₱82,025,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz)-k0154+411- K0154+491 (rs), K0154+500- K0154+530 (bs), K0154+530-k0154+590 (rs), K0154+655-k0154+725 (ls), K0154+600-k0154+655 (rs), K0154+790-k0154+830 (ls), K0155+088-k0155+228 (ls), K0155+845- K0155+960 (ls), K0156+080- K0156+250 (ls), K0156+130-k0156+250 (rs) Contract Id No. : 24d00311 Contract Location : Quezon Province Scope Of Works : Proposed Installation Of Road Safety Devices, Single Arm 10m-pole Solar Led Roadway Lighting 130w And Double Roller Barrier System. Approved Budget For The Contract : ₱125,450,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz)-k0156+540-k0156+658 (ls), K0156+658-k0156+710 (bs), K0157+000-k0157+260 (ls), K0157+191-k0157+241 (rs), K0157+380-k0157+510 (ls), K0157+580-k0157+650 (ls), K0157+910-k0157+989 (ls) Contract Id No. : 24d00312 Contract Location : Quezon Province Scope Of Works : Installation Of Road Safety Devices – Double Roller Safety Barrier System And Single Arm Solar Led Roadway Lighting. Approved Budget For The Contract : ₱110,975,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2024 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Road Safety Devices, Daang Maharlika (lz) - K0158+500 - K0158+880 (rs), K0158+880 -k0158+1150 (rs), K0158+1150 - K0158+1290 (ls), K0160+000 - K0160+127 (ls) Contract Id No. : 24d00313 Contract Location : Quezon Province Scope Of Works : Installation Of 547 Lm Of Roller Barrier Guardrail, 46 Unit Of Solar Streetlights, 10m Pole, 100 Watts, Footpath Provision, Sealing Of Shoulder, Improvement Of Skid Resistance Through Asphalt Overlay And Reblocking, Pavement Markings, And Road Signages. Approved Budget For The Contract : ₱125,450,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 270 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And U Pon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 05, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 05, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson

Province Of Ifugao Tender

Civil And Construction...+2Energy, Oil and Gas, Water Storage And Supply
Philippines
Closing Date13 Mar 2025
Tender AmountPHP 52 Million (USD 898.7 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 Publication No. 04-2025-c (second Publication) Request For Expression Of Interest Preparation Of Feasibility Study And Detailed Engineering Design For The Proposed Alimit Hydro Power Plant 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 Fifty-two Million Pesos (php 52,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Publication No. 04-2025-c (second Publication). 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 Preparation Of Feasibility Study And Detailed Engineering Design For The Proposed Alimit Hydro Power Plant. 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 February 21, 2025 At The Bids And Awards Committee Office, 3rd Floor, Peo Bldg., Capitol, Lagawe, Ifugao. Opening Of Eligibility Documents Will Be On 2:00 P.m. Of February 21, 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 February 14, 2025 To March 13, 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 Fifty Thousand Pesos Only (php 50,000.00). 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: Track Record/experience In Similar Feasibility And Detailed Engineering Design Undertakings For At Least 100 Hydro Power Plant World-wide And 20 Hydro-power Plant In The Philippines (20 Points) The Firm Must Have At Least Thirty (30) Years Of Experience In Conducting Feasibility Study With Complete Detailed Engineering Design, Detailed Bill Of Quantities And Detailed Cost Estimate Of A Hydro Power Project From The Submission And Opening Of Quotations (20 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 (40 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 Two Hundred Fifty-five (255) 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: February 14, 2025 Carmelita B. Buyuccan Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Preparation Of Feasibility Study And Detailed Engineering Design For The Proposed Alimit Hydro Power Plant 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 52,000,000.00 Prepared By: Krishane Dumangeng Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure Annex 1 Item No. General Description Qty. Unit Of Issue Unit Cost Total Cost 1 Preparation Of Feasibility Study And Detailed Engineering Design For The Proposed Alimit Hydro Power Plant 1 Lot See Attached Terms Of Reference ***nothing Follows*** Total 52,000,000.00 Prepared By: Eleanor A. Oyami Bac-secretariat Certified Correct: Arundale Gum-u I. Bunnag Bac-secretariat On Goods & Infrastructure 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 : Preparation Of Feasibility Study And Detailed Engineering Design For The Proposed Alimit Hydro Power Plant Budget Item Particulars And Cost: Particulars Cost Cost Of Consultancy For The Preparation Of Feasibility Study And Detailed Engineering Design For The Proposed Alimit Mini Hydro Power Plant 52,000,000.00 Fund Source: Cy 2024 Supplemental Budget No. 5 Prepared By: Reviewed By: Ericson T. Mammag Carmelita B. Buyuccan Provincial Engineer Provincial Project Development Coordinator Approved: 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: ……………….………………………………........................................... 05 1. Field Survey ………………………………….……………………………………………………………… 05 2. Office Work ………………………………………………………………………………………………….. 05 Part V. Submission Of Output And Schedule …………………………………………………………06 1. Complete Package …………………………...................................................................06 2. Effectivity And End Of Consulting Services ………………………………………...……………06 Part Vi. Qualification Of Consultants …………………………………………………………….. .. 07 Criteria For Selection ……………………………………………………………………………………………..08 Part Vii. Source Of Fund…………………………….………………………………………………………………..08 Part Viii. Consultant’s Services Fee ………………………………………………………....................08 Approved Budget For The Contract……….………………………………..…...…………………………09 Advance Payment ………………………………………………………………………………………………….09 Progress Billing ………………………………………………………………………………………………………09 Part Ix. Data, Local Services And Personnel To Be Provided By Plgu For Critical Advisories…………………….…….................................................................................................09 Part X. Consultant’s Action Requiring Plgu’s Prior Approval ….……………………….10 Part Xi. Settling Of Disputes ……………………………………………………………………...................10 Part Xii. Consultant’s Liability ………………………………………………………………………………….10 Part Xiii. Annexes ………………………………………………………………………………………………………….10 1. Annex “a”- Criteria For Short Listing……..……………………………………………………10 2. Annex “b” - Certification Of Availability Of Fund .……………………………………….12 3. Annex “c”- Approved Budget For The Contract …………………………………………..13 Part Xiv. Forms ………………………………………………………………………………………………….…............... 1. Pf-1: Format Of Curriculum Vitae Of Consultants ………………………………………........14 2. Pf-2: Financial Proposal Form ………………………………………………………………….. ……..15 3. Pf-3: Form Of Contract Agreement ……………………………………………………………………16 4. Pf-4: Omnibus Sworn Statement Form ………………………………………………………………17   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. Plgu - Provincial Local Government Unit Of Ifugao. 4. Sps - Special Project Section At The Provincial Governor’s Office. 5. Pgo - Provincial Governor’s Office. 6. Peo - Provincial Engineering Office. 7. Terms Of Reference (tor) - Refers To These Guidelines Governing The Delivery Of The Feasibility Study And Detailed Engineering Design Requirements Of The Construction Of Alimit Hydro Power Plant. 8. 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. 9. Consulting Services – Refers To Services For Infrastructure Projects 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. 10. Contract - Is The Agreement Between Plgu And The Consultant To Execute And Provide The Feasibility Study And Detailed Engineering Design Requirements Of The Construction Of Alimit Hydro Power Plant. 11. 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. 12. Plgu’s Representative - Refers To The Local Chief Executive Or Provincial Governor. 13. Plgu Engineer - Refers To The Provincial Engineer. 14. 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 Plgu. The Plgu Is About 90% Dependent On The National Tax Allocation Hence The Need To Increase The Local Revenue. The Feasibility Study And Detailed Engineering Design Requirement For The Processing Of The Requirement Of A Renewable Energy Project For Financing Is Very New To The Plgu Hence This Terms Of Reference To Engage Consultants Who Are Experts In The Preparation Of The Requirements. The Study Includes The Submission Of The Following: A. Feasibility Study Report – Detailed Cost Estimate, Economic And Financial Viability Analysis And Organizational Analysis. B. Detailed Engineering Design Of The Diversion Dam – Construction Drawings And Bill Of Quantities. C. Detailed Engineering Design Of The Penstock Civil Works – Construction Drawings And Bill Of Quantities Of The Surge Tank, Anchor Blocks And Saddle Supports. D. Detailed Engineering Design Of The Electro-mechanical And Hydro-mechanical Items – Compact Drawings Of Turbine And Generator Sets, Construction Drawings And Bill Of Quantities Of The Intake Gate, Trash Rack, Sluice Gate And Radial Gates. E. Detailed Engineering Design Of The Power House Building, Tail Race Channel And Switch Yard – Construction Drawings And Bill Of Quantities. F. Detailed Engineering Design Of The Electrical System With Single Line Diagram And Design Of Power Evacuation Arrangement And Transmission Line – Construction Drawings And Bill Of Quantities. G. Detailed Engineering Design Of Access Road. H. Terms Of Reference For Bidding For Various Contracts Of This Project. Part Iii Objective 1. The Primary Objective Of The Engagement Of The Consultant/s Is To Hasten The Preparation Of The Feasibility Study And Detailed Engineering Design Of The Construction Of Alimit Hydro Power Plant. 2. The Secondary Objective Is To Augment The Lack Of Expertise Amongst The Plgu Staff Re: Renewable Energy Project Development And Ensure That Proper Guidance Is Provided To Management On How To Proceed With The Financing And Construction Of The Project. Part Iv Scope Of Work 1. Field Survey – This Activity Will Be Conducted To Gather/confirm Information Needed In The Preparation Of Documents And Other Requirements Such As: A. Re-confirmation Of The Pre-fs Inventory And Documentation Of Social And Environmental Issues; B. Site Reconnaissance, Detailed Access Route Survey And Topographic Survey; C. Observation And Measurement Of River Flow And Available Head; D. Rock/soil Sampling And Geologic Assessment; E. Evaluation Of Hydropower Layout; And F. Evaluation Of Transmission Line Route And Accessibility. 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 Person; C. Field Works; D. Finalize Measurement And Wrapping Up All Surveys; E. Travel And Feedback To The Governor With Plgu Officials. 2. Office Work – This Activity Is The Preparation And Packaging Of The Requirement For The Feasibility Study And Detailed Engineering Design: A. Project Proposal – Two To Three Paragraphs Describing The Proposed Construction Of Alimit Hydro Power Plant; B. Summary And Salient Features – The Summary Describes The Characteristics Of The River Source, Discharge, The Available Head, The Projected Hydro Power Plant Capacity, The Project Components (diversion Dam, Power Tunnel, Surge Tank, Penstock, Power House, Turbine, Generator, Out-door Switch Yard And Power Evacuation Line). The Salient Features Contains The Location Of The Project (latitude/longitude), Access Road, Hydrology, Surge Shaft, Penstock, Power House, Turbine And Generator, Power Evacuation Arrangement And Average Annual Generation; C. Geology – The Rock Profile (type, Characteristics, Bearing Capacity) And Hazard Study Especially Earthquake Along The Dam Axis Or Diversion Weir And Locations Of Structures; D. Hydrology – Describe The River System, Catchment Area, Rainfall And Design River Discharge; E. Detailed Engineering Design (ded) Of Diversion Dam, Penstock System, Electro-mechanical, Hydro-mechanical System, Power House Building (tail Race Channel & Switch Yard), Electrical System And Access Road; F. Estimated Annual Power Generation – Based On Records For At Least Not Less Than 30 Years From January To December; G. Location Sketch – Showing The Different Components Of Hydro Power Plant Overlayed In Google And Topographic Map; H. Social And Environmental Impact Assessment – Describes The Social And Environmental Issues And Mitigating Measures, Social Acceptability And Right Of Way (row) Status. Included Is The Social And Environmental Management Plan; I. Cost Estimate, Economic And Financial Analysis – Contains The Following As Maybe Applicable: Pre-engineering Cost, Pre-development And Pre-installation Cost, Main Diversion Dam, Power Tunnelling And Civil Works, 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. The Economic And Financial Analysis Considers The Capital Cost Against The Potential Value Of The Electricity Generated Per Annum To Determine The Payback Period, Rate Of Investment (roi) Or Determination Of The Economic Internal Rate Of Return As Maybe Appropriate; J. Organizational Analysis – What Is The Appropriate Organizational Structure To Efficiently Manage The Hydro Power Plant; 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. Terms Of Reference For Bidding For Various Contracts Of The Project Including The Technical Specifications (main Diversion Dam, Power Tunnelling And Civil Works, Surge Shaft, Penstock Civil Works, Power House, Switch Yard, Electrical And Mechanical Packages, Transmission Line And Access Roads) – The Prospective Source Of Materials And Specifications. Part V Submission Of Output And Schedule 1. Complete Package Of The 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 Services Contract. The Submission Of Final Output Is After 255 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 (legal, Technical, Financial, Administrative, Sangguniang Panlalawigan-sp). The Review, Compliance And Acceptance Period Will Take Another 30 Calendar Days. Part Vi Qualification Of Consultant/s 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 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 Constitutes Compliance. Participating Bidder Must Possess The Necessary Technical Capabilities In Terms Of The Following: A. Track Record/experience In Similar Feasibility And Detailed Engineering Design Undertakings For At Least 100 Hydro Power Plant World-wide And 20 Hydro-power Plant In The Philippines; B. The Firm Must Have At Least Thirty (30) Years Of Experience In Conducting Feasibility Study With Complete Detailed Engineering Design, Detailed Bill Of Quantities And Detailed Cost Estimate Of A Hydro Power Project From The Submission And Opening Of Quotations; C. Work Program Containing The Minimum Requirements Of The Project Including The Manpower And Man-days For The Conduct Of Study; D. Curriculum Vitae Of The Management And Technical Personnel; E. List Of Third-party Consultants With Corresponding Service Contract/agreement Showing Their Respective Qualifications. Professional Staff - The Consultant/s Shall In The Delivery Of The Foregoing Services Must Employ The Following Professionals Specified Below: Qualifications And Work Experiences Of Consultant’s Study Team Designation Profession Experience 1 Team Leader Degree In Electrical Or Mechanical Engineer Or Hydro Power Engineering Related Courses At Least 20 Years Relevant Experience 2 Hydrologist Degree Or Diploma And Experienced In Water Resource Engineering At Least 10 Years Relevant Experience 3 Surveyor/ Topographer Geodetic Engineer At Least 3 Years Relevant Experience 4 Civil Engineer Degree In Civil Engineering At Least 10 Years Relevant Experience 5 Geologist Degree In Geology/geotechnical Engineer At Least 10 Years Relevant Experience 6 Mechanical Engineer Degree In Mechanical Engineering At Least 10 Years Relevant Experience 7 Electrical Engineer Degree In Electrical Engineering At Least 10 Years Relevant Experience 8 Driver Experience In Off-road Driving At Least 3 Years Relevant Experience 9 Administrative Staff/survey Crew Degree Holder With Experience In Liaising, Proposal Packaging, Experience In Surveying At Least 1 Year Relevant Experience 10 Environmental Impact Assessment (eia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 11 Social Impact Assessment (sia) Preparer Degree In Social Or Environmental Science At Least 3 Years Relevant Experience 12 Financial Analyst Degree In Commerce Or Economics At Least 10 Years Relevant Experience Criteria For Selection 1. Prospective Consulting Firm Will Be Shortlisted Based On The Criteria Shown In Annex A (“criteria For Shortlisting”) And As Summarized Below: 1.1. Track Record/experience In Similar Feasibility And Detailed Engineering Design Undertakings For At Least 100 Hydro Power Plant World-wide And 20 Hydro-power Plant In The Philippines; 1.2. The Firm Must Have At Least Thirty (30) Years Of Experience In Conducting Feasibility Study With Complete Detailed Engineering Design, Detailed Bill Of Quantities And Detailed Cost Estimate Of A Hydro Power Project From The Submission And Opening Of Quotations; 1.3. Qualification Of Officer, Key Organic Personnel Who May Be Assigned To The Project (in Case Of Nominated Personnel Who Are Not Officers Or Organic Staff, A Notarized Letter Of Commitment For Each Personnel Should Be Submitted); And 1.4. Job Capacity 2. The Consulting Firm Shall Be Selected Using The Quality-cost Based Selection/evaluation (qcbs/qcbe) Procedure Under Republic Act (ra) No. 9184, Rules And Regulation (irr) And Based On The Following Criteria: 2.1. Technical Proposal : 80% 2.2. Financial Proposal : 20% Part Vii Source Of Fund Funds For The Preparation Of The Feasibility Study And Detailed Engineering Design Of The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 General Fund-other Development Fund With Certificate Of Fund Availability In Annex “b”. 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, Miscellaneous, Contingency, And Taxes Shall 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 Fifty Two Million Pesos (php 52,000,000.00) With Details In Annex “c”. No. Item Cost I Remuneration Costs 33,270,813.02 Ii Reimbursable Costs 9,219,600.00 Iii Miscellaneous Expenses 1,168,486.36 Iv Sub-total (i+ii+iii) 43,658,899.38 V Vat (12% Of Remuneration) 3,992,497.56 Vi Contingency (9.96% Of Iv) 4,348,603.06 Vii Grand Total ( Iv+v+vi) 52,000,000.00 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 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 Thrice: I) 20% Of The Contract Upon Submission Of The Inception Report; Ii) 40% Upon Submission Of The Draft Feasibility Study And Detailed Engineering Design; And Iii) The Last Billing Shall Be Processed Upon Submission Of The Packaged Feasibility Study And Detailed Engineering Design Or 100% Physical Progress With Issued Certificate Of Completion And Acceptance. Ii) Billing For The Reimbursable Items Will Be Part Of The Progress Billing 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 Of The Project In The Contract. 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 Replacement 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 Settled By The Appropriate Entity Referred To In The Bidding Documents Or The Appropriate Courts 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 Track Record/experience In Similar Feasibility And Detailed Engineering Design Undertakings For At Least 100 Hydro Power Plant World-wide And 20 Hydro-power Plant In The Philippines 20 The Firm Must Have At Least Thirty (30) Years Of Experience In Conducting Feasibility Study With Complete Detailed Engineering Design, Detailed Bill Of Quantities And Detailed Cost Estimate Of A Hydro Power Project From The Submission And Opening Of Quotations • 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. 20 Qualification Of Officer, Key Organic Personnel Who May Be Assigned To The Project 40 Job Capacity • Absorptive Capacity To Do Additional Works Other Than Those Currently Being Undertaken 20 Note: Similar Projects Refer To Contracts With Scope Of Works Covering The Conduct Of Feasibility Study Or Comprehensive Feasibility Study Of Hydropower Plant. Relevant Projects Are Fs, Detailed Engineering, Or Advisory Services Conducted For Water Resource-related And Power Facilities Related Projects; Detailed Engineering, Advisory Services, Or Components Of An Fs (demand Forecast, Economic, Financial) For Hydropower Project And Construction, Supervision, Civil Works Or Operation And Maintenance Of Projects Pertaining To Hydropower Project. 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 Fifty Two Million Pesos (php 52,000,000.00 ) Philippine Currency Is Available For Expenditure For Preparation Of Feasibility Study And Detailed Engineering Design For The Proposed Alimit Hydro Power Plant . Payment For The Label Feasibility Study And Detailed Engineering Design Of The Construction Of Alimit Hydro Power Plant. At Barangay Alimit , Municipality Of Mayoyao , Province Of Ifugao. Charge To: 2024 Supplemental Budget No. 5 Appropriation Available: Allotment Available: Funds Available: Virgilio T. Marquez 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 Position Number Of Personnel Man-days Billing Rate Total Cost I. Remuneration Costs 1 Team Leader / Hydro Specialist 1 855 6,674.15 5,706,398.64 2 Hydrologist 2 500 6,663.33 3,331,665.00 3 Surveyor / Topographer 2 800 3,601.71 2,881,364.73 4 Civil Engineer 2 1,400 4,140.00 5,796,000.00 5 Geologist 2 500 3,857.73 1,928,863.64 6 Mechanical Engineer 2 800 4,140.00 3,312,000.00 7 Electrical Engineer 2 800 4,140.00 3,312,000.00 8 Environmental Impact Assessment (eia) Preparer 2 480 2,666.91 1,280,118.11 9 Social Impact Assessment (sia) Preparer 1 480 2,666.91 1,280,118.11 10 Financial Analyst 2 320 2,666.91 853,412.07 11 Driver 2 180 1,018.18 183,272.73 12 Administrative Staff (ao 2)/survey Crew 2 & 20 2,580.00 1,320.00 3,405,600.00 Sub-total 33,270,813.02 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 13 Per Diem – Php 2,000 Per Man-day Man-days 3,510 2,000.00 7,020,000.00 14 Fuel For Vehicles Ls 180 90,000.00 15 Office Rental And Office Supplies Ls 900,000.00 16 Cost Of Tools And Equipment Or Rental Ls 270 1,209,600.00 Sub-total 9,219,600.00 Iii. Miscellaneous Description Unit Quantity Unit Price Total Cost 17 Cost Of Meetings/consultations/investigations/research Ls 1,168,486.36 Sub-total 1,168,486.36 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 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 The Basic Salaries, Social Charges, Overhead, Management Fee, Reimbursable Cost (per Diems, Transportation Expenses, Office Rental And Supplies, Cost Of Tools And Equipment), Miscellaneous, 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 _____________, 2024 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 Topographic Survey 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 Feasibility Study And Detailed Engineering Design 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 Feasibility Study And Detailed Engineering Design 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 Feasibility Study And Detailed Engineering 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]

BARANGAY PALUGSI LIMMANSANGAN, BAUANG, LA UNION Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Soon28 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
Description: Streetlight Materials , Electrical Systems And Lighting Components ,barangay Palugsi-limmansangan, Bauang, La Union

Municipality Of Kapangan, Benguet Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
Details: Description Items Of Work To Be Done Includes: -project Billboard -removal Of Structures And Obstruction -structure Excavation -reinforcing Steel (steel Bars & Tie Wires) -concrete Works -grouted Riprap -masonry Works -form Works And Scaffolding -carpentry Works -doors And Windows -iron Works -tinnery -painting Works -tile Works, Stone Cladding And Glass Blocks -septic Tank -plumbing Works -electrical Works

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 12.8 Million (USD 222.4 K)
Details: Description Invitation To Bid No. 2025-05 1. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, Los Baños, Laguna Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 5 Name Of Contract : Construction Of Multi-purpose Building, Barangay Sto. Domingo, Bay, Laguna Contract Id No. : 25di0074 Contract Location : Barangay Sto. Domingo, Bay, Laguna Scope Of Works : Construction Of Covered Court, Consists Of 12 Circular Columns And 150mm Thk Pavement, Structural Trusses And Purlins With Roofing Sheets And Other Accessories, Storm Drainage And Downspouts, Catch Basins, 2 Movable Goals, Rubberized Paint Floor Finish And Paintings For Steel Trusses And Concrete Columns, With Stage With Ceiling, Unglazed Tiles Floor Finish, And Concrete Paint Finish, This Also Includes 2 Pwd Toilets On Both Sides, For Male And Female, With Complete Plumbing Works, Plumbing Fixtures And Pwd Accessories, 2 Storage Rooms Beside Comfort Rooms, This Construction Includes Electrical Works For Both Covered Court, Stage, Toilets And Storage Rooms. Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : General Appropriations Act (gaa) Fy 2025 Contract Duration : 195 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : Php 25,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14 – March 5, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Dpwh Multi-purpose Building, Brgy. Bambang, Los Baños, Laguna, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_laguna2@dpwh.gov.ph For Electronic Submission On Or Before March 5, 2025 @ 9:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 5, 2025 And Will Be Immediately Open After The Deadline Of Submission Of Bids At Dpwh Multi-purpose Building, Brgy. Bambang, Los Baños, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Laguna 2nd District Engineering Office, 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Janne P. Garcia - Rosales Bac, Vice - Chairperson Telephone No. (049) 557-2315 Email Address: Bac.dpwhlag2deo@gmail.com Jes Morris D. Tobias Bac Secretariat Head Procurement Unit Telephone No. (049) 557-2315 Email Address: Bac.dpwhlag2deo@gmail.com Department Of Public Works And Highways Laguna 2nd District Engineering Office Brgy. Bambang, Los Baños, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_laguna2@dpwh.gov.ph February 14, 2025 Approved By: Sgd. Janne P. Garcia-rosales Engineer Iii Bac Vice - Chairperson

Stadt Bleckede Tender

Software and IT Solutions
Germany
Closing Date13 Mar 2025
Tender AmountRefer Documents 
Description: Fw Garze - electrical installation work

Max Planck Gesellschaft, GV, Stabsreferat EK Tender

Electrical and Electronics...+1Electrical Works
Germany
Closing Date20 Mar 2025
Tender AmountRefer Documents 
Description: Electrical Installation And Emergency Power System

Bureau Of Fisheries And Aquatic Resources Rv Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Soon24 Feb 2025
Tender AmountPHP 123 K (USD 2.1 K)
Details: Description Request For Quotation The Bureau Of Fisheries And Aquatic Resources, Regional Office No. 5, Fabrica, Bula, Camarines Sur Is Requesting From Prospective Suppliers To Submit Quotation For The Supply And Delivery Of Various Spare Parts For The Maintenance Of Pb 3028, 3026, 3025, & 3027. Quantity Unit Item Description Unit Cost Total Cost 1 Unit Trailer Tow Hitch Assembly (universal) 25,000.00 25,000.00 1 Unit Cordless Grease Gun (20v) 10,000.00 10,000.00 10 Piece Contact Cleaner (500ml) 350.00 3,500.00 10 Piece Carburetor Cleaner (500ml) 300.00 3,000.00 30 Meter Chemical Hose (3/4") 67.00 2,010.00 10 Piece Electrical Tape (big, Black) 100.00 1,000.00 10 Piece Automotive Wire (#10, Black) 700.00 7,000.00 10 Piece Automotive Wire (#10, Red) 700.00 7,000.00 4 Piece Heavy Duty Ratchet Straps Tie Down (10 Meters Length, 50mm Width, Mbl 3t, Webbing Load 5t) 3,500.00 14,000.00 2 Gallon Rust Converter 7,500.00 15,000.00 5 Set 8 Gang Marine Rocker Switch Panel Boat Switch Panel Waterproof 2,000.00 10,000.00 5 Set Marine Boat Navigational Light 1,600.00 8,000.00 5 Piece Marine Dome Light (white Color) 1,500.00 7,500.00 5 Piece Water Proof Rechargeable Marine Flashlight (3300 Lumens, 5 Light Modes, Knurled Grid, Water Resistant) 2,000.00 10,000.00 Together With The Quotation, The Participating Prospective Suppliers Shall Also Submit The Following Requirements: 1. Mayor’s/business Permit 2. Philgeps Registration No. The Approved Budget For The Contract (abc) Is One Hundred Twenty Three Thousand Ten Pesos (php123,010.00) Only. Subject Items Must Be Completely Delivered Within Fifteen (15) Calendar Days Upon Receipt Of The Purchase Order By The Supplier At Bfar Ro5 Fabrica, Bula, Camarines Sur. All Quotations Shall Be Submitted To The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur Before 1:00 O’clock In The Afternoon Of February 24, 2025 Which Shall Be Opened And Evaluated By The Bac Thereafter At The Office Of The Bac Secretariat At The Same Address. This Requisition Is Made Thru Alternative Mode Of Procurement Under Rule Xvi Of The 2016 Revised Irr Of Ra 9184, Specifically Thru Shopping Under Section 52.1b And 52.2, As Per Prior Recommendation Of The Bids And Awards Committee. For Inquiries, You May Contact Ms. Aries C. Tang @ 09161135185 Or You May Visit The Office Of The Bac Secretariat At The Bfar 5, Fabrica, Bula, Camarines Sur. Bfar Ro 5 Reserves The Right To Reject Any Bid, To Waive Any Part Thereof, Waive Any Defect Contained Therein And Accept The Offer Most Advantageous To The Interest Of The Government. Joelle M. Benavidez Bac Chairman
4261-4270 of 9781 active Tenders