Electrical Tenders
Electrical Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n97113|feb|717-605-5834|amanda.r.hayward.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| General Information-fob-destination|1|b| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection / Acceptance Point ? Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil| Note For Contractor/administrative Contracting Officer|3|||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| Alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| Annual Representations And Certifications (jan 2025)|13|334513|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Government Source Inspection Per Far 52.246-2 Is Required. Delivery 90 Days. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Temp Sensor . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Temp Sensor Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; P/n 0117 7090 Mfg.deutz Cage Code (64130) Temperature Sensor; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And Specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, Paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original And Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchause Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Reqiurements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Reqiurements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours Of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod Standardization Documents. Mail Requests Should Be Submitted To: Navy Publishing And Printing Service (subscriptions) Building 4d 700 Robbins Ave. Phildelphia, Pa. 19111 Attn: Dodssp Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5a00 Port Hueneme, California 93043 E. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. F. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 H. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 I. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine If The Item Meets The Minimum Requirements Of This Contract/purchase Order. P/n 0117 7090 Mfg.deutz Cage Code (64130) Temperature Sensor
Closing Date24 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid (cw-01-2025-003) 1. The Department Of Public Works And Highways (dpwh)-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contracts 1.1 Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System, Asset Preservation Program, Preventive Maintenance - Secondary Roads, Asphalt Overlay Along Manila-batangas Poblacion Road K0079+(-963) - K0079+030 Lipa City, Batangas Contract Id No. : 24dd0278 Project Location : Lipa City, Batangas Scope Of Works : Asphalt Overlay Of 835.00 L.m. Road With Varying Width From 9.70m To 12.20m And 41.60 L.m. Road With Varying Width From 12.20m To 13.20m And Thickness Of 50mm And 100mm Respectively Including Application Of Thermoplastic Pavement Markings, Installation Of Warning And Regulatory Signs And Ductile Iron Manhole Cover Gratings Approved Budget For The Contract : Php 31,845,000.00 Source Of Funds : Sr2024-12-023340 Contract Duration : 104 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.2 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Lipa City - Mataasnakahoy Diversion Rd Leading To Taal Circumferential Road, Phase 10, Batangas Contract Id No. : 25dd0134 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Bridge Foundation (70.00 L.m. Pscg Bridge With 6 Sets Of Pile Cap, 4 - 1.00m Dia. X 25.00 L.m. Deep Bored Pile Each & 1 - 2.80m Dia. X 25.00 L.m. Deep Column Each); Construction Of 155.00 L.m. - 6 Lane Road With Width Of 3.35m And Thickness Of 0.30m Including Slope Protection Using Mechanically Stabilized Earth Wall Structure Vegetated Facia, Drainage, Sidewalk, Bicycle Lane And Railings Approved Budget For The Contract : Php 193,000,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 300 Calendar Days Size Range : Medium B License Category : A Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Improvement Of San Jose - Ibaan Road, (phase 2), Batangas Contract Id No. : 25dd0135 Project Location : San Jose, Batangas Scope Of Works : Asphalt Overlay Of 824.00 L.m. Carriageway And Shoulder With Width Of 11.30m And Thickness Of 50mm Including Application Of Reflectorized Thermoplastic Pavement Markings Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 153 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.4 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road At Barangay Rizal, Lipa City, Batangas Contract Id No. : 25dd0136 Project Location : Lipa City, Batangas Scope Of Works : "section I : Rehabilitation Of 786.00 L.m. Road With Width Of 5.50m And Thickness Of 0.28m Section Ii : Rehabilitation Of 34.50 L.m. Road With Width Of 5.00m And Thickness Of 0.28m" Approved Budget For The Contract : Php 24,500,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 153 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.5 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction (completion) Of Multi-purpose Building Including Facilities, Barangay Cawongan, Padre Garcia, Batangas Contract Id No. : 25dd0137 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of One (1) Storey Multi-purpose Building (43.73m X 22.00m) Including Masonry Works, Roofing Works (grid 7-10), Electrical Works And Finishing Works Approved Budget For The Contract : Php 19,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.6 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Improvement Of Road, Barangay Catandala, Ibaan, Batangas Contract Id No. : 25dd0138 Project Location : Ibaan, Batangas Scope Of Works : "section I : Improvement Of 144.00 L.m. Road With Width Of 6.00m And Thickness Of 0.20m Section Ii : Improvement Of 328.00 L.m. Road With Width Of 6.70m And Thickness Of 0.30m" Approved Budget For The Contract : Php 14,850,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 108 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.7 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building (barangay Hall) At Barangay Quilib, Rosario, Batangas Contract Id No. : 25dd0139 Project Location : Rosario, Batangas Scope Of Works : Construction Of Three (3) Storey Multi-purpose Building (17.10m X 8.76m) Including Structural Works, Architectural Works, Plumbing Works, Mechanical Works, Electrical Works, Auxiliary Works, Installation Of Cctv System, Fire Alarm System, Water Pumping System, Finishing Hardware And 1-50kva Transformer Approved Budget For The Contract : Php 12,870,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 25,000.00 1.8 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Improvement Of Secondary Provincial Road Along Barangay Mabayabas, Taysan, Batangas Contract Id No. : 25dd0140 Project Location : Taysan, Batangas Scope Of Works : Rehabilitation Of 45.00 L.m. Carriageway With Width Of 4.00m And Thickness Of 0.30m Using Cement Treated Base And Reinforced Concrete Pavement Including Widening Of 721.00 L.m. Road (both Sides) With Width Of 1.05m And Thickness Of 0.30m Approved Budget For The Contract : Php 9,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 76 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.9 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay Tambo, Lipa City, Batangas Contract Id No. : 25dd0141 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 163.00 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Section Ii : Construction Of 75.00 L.m. And 140.00 L.m. Road With Width Of 5.00m And 4.00m Respectively And Thickness Of 0.20m Section Iii : Construction Of 78.00 L.m. And 139.00 L.m. Road With Width Of 5.00m And 4.00m Respectively And Thickness Of 0.20m" Approved Budget For The Contract : Php 9,800,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 67 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.10 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Rehabilitation Of Road At Barangay Malagonlong, Lipa City, Batangas Contract Id No. : 25dd0142 Project Location : Lipa City, Batangas Scope Of Works : "section I : Rehabilitation Of 104.80 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Ii : Rehabilitation Of 92.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Rehabilitation Of 50.00 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Iv : Rehabilitation Of 158.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Flaring Section V : Rehabilitation Of 72.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Vi : Rehabilitation Of 224.60 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Grouted Riprap, Cross Drainage And Embankment" Approved Budget For The Contract : Php 9,310,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 122 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.11 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Road, Barangay San Francisco, Lipa City, Batangas Contract Id No. : 25dd0143 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 185.50 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section Ii : Construction Of 50.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Section Iii : Construction Of 163.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 5,390,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 54 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.12 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Provincial Road In Brgy. San Marcelino, Taysan, Batangas Contract Id No. : 25dd0144 Project Location : Taysan, Batangas Scope Of Works : Construction Of 82.00 L.m. And 39.80 L.m. Reinforced Concrete Pavement With Width Of 6.10m And Thickness Of 0.30m Using Boulder Fill With Cement Treated Base Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 44 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.13 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road In Brgy. Tiquiwan, Rosario, Batangas Contract Id No. : 25dd0145 Project Location : Rosario, Batangas Scope Of Works : Construction Of 471.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 38 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.14 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities, Construction Of Road, Barangay Santo Cristo, San Jose, Batangas Contract Id No. : 25dd0146 Project Location : San Jose, Batangas Scope Of Works : Construction Of 360.00 L.m. Road With Varying Width Of 3.20m To 4.20m And Thickness Of 0.20m; Reblocking Of 176.00 L.m. Road With Varying Width Of 3.20m To 4.80m And Thickness Of 0.20m; Installation Of 13.00 L.m. - 610mm Dia. Rcpc Cross Drainage Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 51 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.15 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Construction Of Multi-purpose Building, Barangay Tangob, Lipa City, Batangas Contract Id No. : 25dd0147 Project Location : Lipa City, Batangas Scope Of Works : Construction Of Two (2) Storey Multi-purpose Building (15.883m X 4.83m) Including Structural Works, Plumbing Works, Ceiling Works, Roofing Works, Architectural Works, Finishing Works And Electrical Works Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.16 Name Of Contract : Convergence And Special Support Program, Basic Infrastruture Program (bip), Multi-purpose Buildings/ Facilities To Support Social Services, Improvement Of Multi Purpose Building At Sitio Putol, Barangay Pag-asa, Taysan, Batangas Contract Id No. : 25dd0148 Project Location : Taysan, Batangas Scope Of Works : Improvement Of 4 Bays Covered Court (30.00m X 13.50m) Including Structural Works (footing And Pedestal), Plumbing Works (storm Drainage And Downspout), Painting Works (steel), Steel Works And Roofing Works Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 90 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.17 Name Of Contract : Convergence And Special Support Program, Sustainable Infrastructure Projects Alleviating Gaps (sipag), Access Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities, Construction Of Barangay Road At Barangay Sto. Niño, Lipa City, Batangas Contract Id No. : 25dd0149 Project Location : Lipa City, Batangas Scope Of Works : "section I : Construction Of 157.90 L.m. Road With Width Of 5.00m And Thickness Of 0.20m Section Ii : Construction Of 172.87 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 4,900,000.00 Source Of Funds : Fy 2025 General Appropriations Act (gaa) Contract Duration : 62 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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 Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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)-batangas Iv District Engineering Office, And Inspect The Bidding Documents At Marawoy, Lipa City, Batangas During Weekdays From 08:00 A.m To 05:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 To February 11, 2025, 8:00 A.m.-5:00 P.m.; February 12, 2025, 8:00 A.m.-8:15 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Pursuant To The Latest Guidelines Issued By The Gppb Amounting To The Responding Cost Of Bidding Documents 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 Dpwh Website, 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)-batangas Iv District Engineering Office Will Hold A Pre-bid Conference Physically And/or Through Live-streamed On Youtube On January 31, 2025 At 09:00 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas, Which Shall Be Open To Prospective Bidders. For Youtube Livestreaming, Https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx- Uowzq 7. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. For Bids To Be Submitted Electronically/online, The Following Procedures Should Be Observed Following Department Order No. 87, Series Of 2020. It Is Also Indicated In The Bds. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_batangas4@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025 At 08:30 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9. Bid Opening Shall Be On February 12, 2025 At 08:30 A.m. At Bidding Room, Dpwh-batangas Iv District Engineering Office, Marawoy, Lipa City, Batangas And Through Live-streamed On Youtube (https://youtube.com/@batangas_4th_deo?si=lsq1bcqacx-uowzq). 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 Irr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid." 11. The Dpwh-batangas Iv 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 And Section 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. All Representatives Who Will Submit Their Bids Must Be Duly Authorized And Registered Liaison Officers As Reflected In The Contractor Registration Certificate (crc). Authorized Representatives Are Required To Present Their Company Ids And Government Id For Verification Purposes. 13. Please Be Informed That On The Day Of Bid Opening, The Approved Appointment Intended For Purchasing Bidding Documents Will Be Limited To Two (2) Prospective Bidders Only To Strictly Follow The Bid Opening Schedule. Secure The Approved Appointment To Dpwhbats4appointment@gmail.com 14. For Further Information, Please Refer To: Leo S. Matias Engineer Iii Bac, Chairperson Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Matias.leo@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com Queen Mariciel J. Sianquita Engineer Ii Head, Bac Secretariat Department Of Public Works And Highways Batangas Iv District Engineering Office Brgy. Marawoy, Lipa City, Batangas Telephone No.: (043) 233-05-24 Email Address: Sianquita.queen_mariciel@dpwh.gov.ph/ Dpwhbatangas4bac@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph & Www.philgeps.gov.ph For Online Bid Submission At Electronicbids_batangas4@dpwh.gov.ph January 22, 2025 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: January 23, 2025 To January 29, 2025 Publication: Dpwh Website/ Philgeps
Closing Soon12 Feb 2025
Tender AmountPHP 9.8 Million (USD 167.6 K)
Province Of Ifugao Tender
Civil And Construction...+1Water Storage And Supply
Philippines
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. 01-2025-c (first Publication) Request For Expression Of Interest For Hydro Energy Development: Pre Fs 1. The Plgu-ifugao, Through The Supplemental Budget No. 2 And 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. 01-2025-c (first 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 Hydro Energy Development: Pre Fs Project Particularly The Pre-application And Pre-feasibility Study Of 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 January 30, 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 January 30, 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 January 23, 2025 To February 18, 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: January 23, 2025 Carmelita B. Buyuccan Bac Chairperson 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 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 Alimit Hydro Power Plant. 4,500,000.00 Funding Source: Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.00 And Cy 2024 Supplemental Budget No. 5 Amounting To Php 4,000,000.00 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 ...……………………………………………………………………………………05 Part Iii. Objective .………………………………………………………...…………………………………………..06 Part Iv. Scope Of Work: ……………….………………………………...............................................06 1. Field Survey ………………………………….………… ……………………………………………………06 2. Office Work ……………………………………………………………………………………………………07 Part V. Submission Of Output And Schedule …………………………………………………………08 1. Complete Package …………………………..................................................................07 2. Effectivity And End Of Consulting Services ………………………………………...…………..07 Part Vi. Qualification Of Consultants ……………………………………………………………..……08 Criteria For Selection …………………………………………………………………………………………….09 Part Vii. Source Of Fund…………………………….……………………………………………………………….10 Part Viii. Consultant’s Services Fee ………………………………………………………...................10 Approved Budget For The Contract……….………………………………..…...………………………..10 Advance Payment …………………………………………………………………………………………………10 Progress Billing ……………………………………………………………………………………………………..11 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 ……………………………………………………………………………………12 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 ………………………………………………………………………………………………….…..........15 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 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 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. 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 Government (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. 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 Its Soil Bearing Capacity. D. Power/market Study – Submission Of Power/market Study To Establish The Supply And Demand Analysis, Generation And Production Cost. E. Benefit Cost Ratio And Economic Internal Rate Of Return (eirr) – Submission Of The Bcr And 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 And 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 2. 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 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. 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 Preliminary 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, Technical, Market And Economic 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, Penstock, Power House, Out-door Switch Yard And Power Evacuation Line). The Location Of The Project (latitude/longitude), Access Road, Surge Shaft, Penstock, Power House, Turbine And Generator, Power Evacuation And Average Annual Generation; 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 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 And Right Of Way (row) Documentation; 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, 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 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 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. If The Participating Consultant/s Involves A Joint Venture Or Consortium, The Partners Of The Joint Venture (jv) Shall Organize And Create A Corporation Duly Registered Under The Corporation Code Of The Philippines. Further, The Jv Company Shall State The Following In The Bid Proposal: A. Name Of The Partners In The Joint Venture Or Consortium. B. Participation Interest Of Each Partner. Participating Bidder Must Possess The Necessary Technical Capabilities In Terms Of The Following: A. Track Record/experience In Similar Project Or Undertaking Within The Last Ten (10) Years From The Submission And Opening Of Quotations; B. Work Program Containing The Minimum Requirements Of The Project Including The Manpower And Man-days For The Conduct Of Study; C. Curriculum Vitae Of The Management And Technical Personnel; D. 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 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 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. Applicable Experience Of The Firm (within The Past 10 Years); 1.2. 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 1.3. 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 Pre-application And Pre-feasibility Study For The Construction Of Alimit Hydro Power Plant Will Be Sourced From The Cy 2024 Supplemental Budget No. 2 Amounting To Php 2,200,000.0 And Cy 2024 General Fund-other Development Fund Amounting To Php 4,000,000.00. 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, Miscellaneous, 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 2,604,481.53 Ii Reimbursable Costs 1,165,000.00 Iii Miscellaneous Expenses 72,375.97 Iv Sub-total (i+ii+iii) 3,841,857.50 V Vat (12% Of Remuneration) 312,549.78 Vi Contingency (8.99% Of Iv) 345,592.72 Vii Grand Total ( Iv+v+vi) 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 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 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 Firm (within The Past 10 Years) • 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. 30 Qualification Of Officer, Key Organic Personnel To Be Assigned To The Project 50 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 Doe Pre-application For Re Service Contract, Conduct Of Pre-feasibility Study Or Comprehensive Feasibility Study Of Hydropower Plant. Relevant Projects Are Pre-fs And 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 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. 2 And Cy 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 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 1 20 1,018.18 20,363.64 9 Administrative Staff (ao 2)/survey Crew 2 & 6 156 1,320.00 205,920.00 Sub-total 2,604,581.53 Ii. Reimbursable Costs Description Unit Quantity Unit Price Total Cost 8 Per Diem – Php 2,000 Per Man-day Man-days 400 2,000.00 800,000.00 9 Fuel For Vehicles Ls 95,000.00 10 Cost Of Field Office Rental And Office Supplies Ls 200,000.00 11 Cost Of Tools And Equipment Or Rental Ls 70,000.00 Sub-total 1,165,000.00 Iii. Miscellaneous Description Unit Quantity Unit Price Total Cost 12 Cost Of Meetings/consultations/investigations/research Ls 72,375.97 Sub-total 72,375.97 13 Vat (12% Of Remuneration Cost) Ls 312,549.78 14 Contingency 10% Of (i+ii+iii) Ls 345,592.72 Total 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 The Basic Salaries, Social Charges, Overhead, Management Fee, Reimbursable Cost (per Diems, Transportation Expenses, Office 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 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]
Closing Date18 Feb 2025
Tender AmountPHP 4.5 Million (USD 76.9 K)
Department Of Public Works And Highways Tender
Others
Philippines
Description: Supply And Delivery Of Office Supplies / Janitorial Supplies / Electrical Supplies And Equipment For General Use Of This District (cy 2025-1st Quarter). , General Merchandise ,department Of Public Works And Highways - Metro Manila 2nd District Engineering Office
Closing Soon11 Feb 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)
Municipality Of Villaba, Leyte Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description I. Repair Of Roofing, Facia Board 1 Lot Ii. Repair Of Ceiling 1 Lot Iii. Formworks And Scaffolding 1 Lot Iv. Concrete Works 1 Lot V. Masonry Works 6.00 Cu.m. Vi. Repair Of Doors 1 Sq.m. Vii. Tile Works And Fixtures 1 Lot Viii. Painting Works 1 Lot Ix. Electrical Works 1 Lot X. Project Billboard 1 Lot Xi. Safety & Health 1 Lot
Closing Soon12 Feb 2025
Tender AmountPHP 562.8 K (USD 9.6 K)
Municipality Of Dumingag, Zamboanga Del Sur Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Item No. Items / Description Qty Unit 1 Gravel Bedding (g-2) 63 Cu.m 2 Mechanical Hauling 1 Lot 3 Manual Hauling 1 Lot 4 200pcs 2"x3"x12' Coco Lumber 1200 Bd.ft 5 Assorted Cwn 55 Kg 6 Manual Hauling 1 Lot 7 10mmø Rsb 60 Pcs 8 12mmø Rsb 122 Pcs 9 #16 Tie Wire 31 Kg 10 Mechanical Hauling 1 Lot 11 Manual Hauling 1 Lot 12 Portland Cement 354 Bags 13 Washed Gravel 24 Cu.m 14 Washed Sand 39 Cu.m 15 Mechanical Hauling 1 Lot 16 Manual Hauling 1 Lot 17 4" Chb 4687.19 Pcs 18 Portland Cement 421.28 Bags 19 Sand 35 Cu.m 20 Mechanical Hauling 1 Lot 21 Manual Hauling 1 Lot 22 1/2"ø Pvc Pipe, Blue 148 Pcs 23 1/2"ø Pvc Tee 74 Pcs 24 1/2"ø 45° Pvc Elbow 185 Pcs 25 1/2"ø 45° Pvc Threaded Elbow 111 Pcs 26 1/2"x1/2" Angle Valve 37 Pcs 27 Faucet 37 Pcs 28 1/2"x18" Flexible Hose 37 Pcs 29 Pvc Bibb Faucet, Lever Type 74 Pcs 30 1/2" Teflon Tape 37 Rolls 31 1/2" Pvc Globe Valve 37 Pcs 32 200cc Solvent Cement 37 Can 33 4"ø Pvc San. Pipe S1000 74 Pcs 34 2"ø Pvc San. Pipe S1000 37 Pcs 35 4"ø X 45° Pvc Bend 111 Pcs 36 2"øx45° Pvc Bend 74 Pcs 37 4"x4" Pvc Wye 259 Pcs 38 2"x4" Pvc Wye 74 Pcs 39 4"ø Pvc Cap 185 Pcs 40 2"øx 90° Bend 74 Pcs 41 2"ø Pvc P-trap 37 Pcs 42 Pvc Floor Drain 37 Pcs 43 Pail Flush Water Closet 37 Pcs 44 Mechanical Hauling 1 Lot 45 Manual Hauling 1 Lot 46 G18x18' Corrugated Sheets 760 Pcs 47 0.40mm X 24" Ridge Roll 152 Pcs 48 373 Pcs-2"x3"x12' Gemelina 2238 Bd.ft 49 Umbrella Nails 112 Kgs 50 257 Pcs 1"x12"x12' Fascia Board 3086 Bd.ft 51 Assorted Cwn 60 Kgs 52 Mechanical Hauling 1 Lot 53 Manual Hauling 1 Lot 54 190 Pcs 2"x4"x10' Coco Lumber 1266.67 Bd.ft 55 4"x4" Loose Pin Hinge 38 Sets 56 Door Knob 38 Sets 57 3" Sliding Latch 38 Sets 58 342 Pcs 2"x4"x8' Good Lumber 1824 Bd.ft 59 Assorted Cwn 55 Kg 60 Finishing Nails 37 Kg 61 Glass Jalousie W/ Frame, 13 Blades/span (2 Span/set) 185 Sets 62 Glass Jalousie W/ Frame, 13 Blades/span (1 Span/set) 37 Sets 63 Glass Jalousie W/ Frame, 6 Blades Per Span 37 Sets 64 Mechanical Hauling 1 Lot 65 Manual Hauling 1 Lot 66 Safety Switch 30am 37 Pcs 67 Straight Connector 111 Pcs 68 Fuse 30 Am 37 Pcs 69 Fuse 15am 37 Pcs 70 Pdx Wire #10 111 Mtr 71 Pdx Wire #12 1295 Mtr 72 Pdx Wire #14 1850 Mtr 73 Staple Wire #1 74 Boxes 74 Electrical Tape Big (armak Or Equivalent) 74 Pcs 75 Wood Screw 740 Pcs 76 4"x4" Junction Box Pvc 111 Pcs 77 Receptacle Surface Type 259 Pcs 78 Outlet 3-gang Surface Type 259 Pcs 79 Thumbler Switch Surface Type 259 Pcs 80 K-10 Wire Holder 37 Pcs 81 Led Bulb 15w 64.75 Pcs 82 Service Drop Wire #6 1850 Mtr 83 Mechanical Hauling 1 Lot 84 Manual Hauling 1 Lot 85 1/4"x4'x8' Marine Plywood 481 Pcs 86 257 Pcs 4"x4"x10' Good Lumber 3426.73 Bd.ft 87 574 Pcs 2"x2"x10' Good Lumber 1913.33 Bd.ft 88 55 Pcs 2"x3"x12' Girt 330 Bd.ft 89 202 Pcs 1"x2"x12' 404 Bd.ft 90 Assorted Cwn 396 Kgs 91 172 Pcs -2"x4"x12' (top Chord) 1376 Bd.ft 92 110 Pcs- 2"x4"x12' (web Member) 880 Bd.ft 93 165 Pcs- 2"x4"x12' 1320 Bd.ft 94 Assorted Cwn 108 Kgs 95 Bamboo 76 Pcs 96 Roof Sealand 21 Liter 97 Solignum 36 Liters 98 Mechanical Hauling 1 Lot 99 Manual Hauling 1 Lot 100 Septic Tank 19 Sets 101 Septic Tank 7 Sets 102 Safety Materials 1 Set 103 Project Billboard (tarpaulin 8"x8" W/ 2"x2"x8' Coco Lumber Wood Frame 2 Pcs Plywood 1 Lot 104 #26 Corrugated Gi Sheets 12 Sheet 105 Ordinary Plywood #3/16" Thck 10 Sheet 106 Coco Lumber #2"x3"x12' (150pcs) 900 Bd.ft 107 Coco Lumber #2"x2"x12' (150pcs) 600 Bd.ft 108 Cwn #4" 15 Kgs 109 Cwn #3" 6 Kg 110 Cwn #2 1/2" 6 Kg 111 Umbrella Nails #3" 4 Kg 112 Shovel 10 Units 113 Trapal (blue Or Orange) 25 Meters 114 Barra De Cabra 2 Units 115 Digging Bar (tagad) 4 Unit 116 Wheel Barrow 4 Unit 117 Construction Pail Pvc 10 Pcs 118 Dust Mask 10 Pcs 119 Handgloves 10 Pcs 120 Hard Hat 10 Pcs 121 Rubber Boots 10 Pcs
Closing Soon11 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.1 K)
Municipality Of Bobon, Northern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Municipality Of Bobon Province Of Northern Samar -oo0oo- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The Municipal Government Of Bobon, Northern Samar Through Its Bids And Awards Committee (bac) Invites Contractors/suppliers To Apply For Eligibility And To Bid For Repair/rehabilitation And Improvements Executive Building, Old Municipal Building And Mtc Building And Other Government Building; Item No. Quantity Unit Item/description I 1.00 Lot Mobilization/demobilization Ii 1.00 Lot Standard Project Billboard Iii 24.75 Cu.m. Structure Excavation Iv 9,260.00 Bdft. Trusses And Roof Framming Works V 518.40 Sq.m. Celling, Form Works And Scaffolding Vi 722.00 L.m. Roofing Works Vii 2,460.00 Sq.m. Painting Works Viii 1.00 Lot Electrical Works Approved Budget For The Contract (abc)-------> Php. 2,999,613.89 Eligibility Forms And To Bid Documents May Be Secured At The Office Of The Bac Chairman During Office Hours From 8:00 Am To 5:00 Pm Upon Payment Of Five Thousand Pesos (php5,000.00) Only To The Office Of The Municipal Treasurer. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Evaluation Of Bids, Post Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass”/“fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. Schedule Of Activities: Issuance Of Bidding Documents-------------> January 23, 2025 – February 12, 2025, 8:00 Am-5:00 Pm (office Hour) Pre-bid Conference----------------------------> January 31, 2025; 9:00 Am-bac Office, Bobon, Northern Samar Submission And Opening Of Bids------------> February 12, 2025; 9:00 Am-bac Office, Bobon, Northern Samar Bid Evaluation--------------------------------->february 13, 2025; 9:00 Am-bac Office, Bobon, Northern Samar Post Qualification-----------------------------> February 14, 2025 Approval Of Resolution/issuance Of Noa-> February 17, 2025 Contract Preparation And Signing-----------> February 18, 2025 Issuance Of Notice To Proceed---------------> February 19, 2025 The Municipality Of Bobon Through The Office Of The Bac Reserves The Right To Reject Any Or All Other Bids, Waive Any Minor Defect Therein And Accept The Offer Most Advantageous To The Local Government Of Bobon, Northern Samar. Also, The Municipality Of Bobon Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Engr. Luncio N. Ramos Bac Chairman-bids And Awards Committee Date: January 23, 2025
Closing Soon12 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.3 K)
6001-6010 of 9430 active Tenders