Electrical Work Tenders
Electrical Work Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 990 K (USD 16.8 K)
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupational Safety And Health Program L.s. 1.00 Total Cost (part I) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Finishing And Other Civil Works 1007(1)a Aluminum Framed Glass Door(sliding Type) Sq.m. 6.30 1008(1)c Aluminum Glass Windows(awning Type) Sq.m. 0.72 1051(8) Railing L.s. 1.00 1018(1) Glazed Tiles And Trims Sq.m. 118.79 1018(2) Unglazed Tiles Sq.m. 10.35 1003(1)a1 Ceiling (4.5mm, Metal Frame, Fiber Cement Board) Sq.m. 93.30 1032(1)a Painting Works (masonry/concrete) Sq.m. 541.14 1002(27) Plumbing Works L.s. 1.00 Total Cost (part A) Carried To Summary Php Part B Electrical 1100(10) Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breaker L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part B) Carried To Summary Php Part C Mechanical 1200(1) Ventilating Equipment L.s. 1.00 Total Cost (part C) Carried To Summary Php
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 49.2 Million (USD 848.9 K)
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Two Hundred Sixty-nine Thousand Four Hundred Forty-eight Pesos And Thirty-six Centavos (php 49,269,448.36) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-30-25 Name Of Project : Various Spip 5 Location : Sanchez Mira, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Bangan Spip, Nagrangtayan Spip, And Gammaru Spip, Sanchez Mira, Cagayan Approved Budget For The Contract : Php 49,269,448.36 Slcc (atleast To 50% Of Abc) Php 24,634,724.18 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 03, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 15, 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 15, 2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 23, 2024 To January 14, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 20, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 49.4 Million (USD 846.6 K)
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Four Hundred Fifty-two Thousand One Hundred Sixty-five Pesos And Thirty Centavos (php49,452,165.30) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-33-25 Name Of Project : Liwan Spip Location : Enrile, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Liwan Norte Spip(1 Unit), Liwan Sur Spip(2 Units), Enrile, Cagayan Approved Budget For The Contract : Php 49,452,165.30 Slcc (atleast To 50% Of Abc) Php 24,726,082.65 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 10, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 22 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 22,2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 28, 2024 To January 21, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 27, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 49.3 Million (USD 850.7 K)
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Three Hundred Seventy-one Thousand Nine Hundred Eighty- Seven Pesos And Forty-eight Centavos (php 49,371,987.48) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-31-25 Name Of Project : Warat Spip Phase 3 Location : Piat, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Warat Spip Phase 3, Piat, Cagayan Approved Budget For The Contract : Php 49,371,987.48 Slcc (atleast To 50% Of Abc) Php 24,685,993.74 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 03, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 15, 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 15, 2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 23, 2024 To January 14, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 20, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 49.4 Million (USD 846.2 K)
Details: Description 1. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Through The General Appropriations Act Of 2025 Being The Approved Budget For The Contract (abc) Amounting To Forty-nine Million Four Hundred Twenty-seven Thousand Sixty-one Pesos And Fifty-one Centavos (php49,427,061.51) To Payments For One (1) Contract Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. I. Itb No. : Infra-ncb-cbimo-32-25 Name Of Project : Various Spip 9 Location : Piat, Cagayan Description Of Project : Construction Of Three (3) Units 15hp Solar Pump, Supply, Delivery And Installation Of Solar Panels, Steel Gate, Irrigation Facilities And Construction Of Canal Lining For Minanga Spip, Villa Rey Spip, And Villa Reyno Spip, Piat, Cagayan Approved Budget For The Contract : Php 49,427,061.51 Slcc (atleast To 50% Of Abc) Php 24,713,530.76 License Category : Category “b” In General Engineering Size Range : Medium “a” In Irrigation, Electrical Works And Mechanical Works Fund Source : Egpip-solar For Cy 2025 Contract Duration : 150 Cd. Bid Documents Fee : Php 25,000.00 2. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Are Required As Specified Above. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders (itb). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From National Irrigation Administration – Cagayan-batanes Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 From The Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount As Indicated Above. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person. Interested Bidders’ Representative Must Be Part Of The Company’s Organizational Structure And Must Submit An Original Special Power Of Attorney, Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represent The Bidding Process Whichever Is Applicable. For Corporation, He/she Must Present Duly Notarized Board Resolution Or Secretary’s Certificate Authorizing Him/her To Acquire Or Purchase The Bidding Documents And/or Represents The Bidding Process Whichever Is Applicable. Authorized Managing Officers Who Opt To Personally Purchase Bidding Documents Shall Present Any Valid Id To The Bac Secretariat. 6. Requirements Upon Purchase Of The Bidding Documents: 1) Updated Contractor’s Profile With Single Largest Completed Contract (slcc); 2) Original Valid Pcab License; And 3) Only The Owner/proprietor, Or Authorized Representative Is Allowed To Purchase The Bidding Documents. Pursuant To Sec 34.3(b)ii Of The 2016 Revised Irr Of Ra 9184, Post Qualification Also Focus On: “ii) Verification Of Availability And Commitment, And/or Inspection And Testing For The Required Capacity And Operating Conditions Of Equipment Units To Be Owned/leased/under Purchase By The Bidder For The Use In The Contract Under Bidding, As Well As Checking The Performance Of The Bidder In Its Ongoing Government And Private Contracts, If Any Of These Ongoing Contracts Shows: A. Negative Slippage Of At Least Fifteen Percent (15%) In Any One Project Or A Negative Slippage Of At Least Ten Percent (10%) In Each Of Two (2) Or More Contracts; B. Failure Of The Contractor And To Commence Repair Works On Ongoing Contracts Within Seven (7) Calendar Days And To Complete Them Within Thirty (30) Calendar Days After Receipt Of The Procuring Entity’s Notice To Defects And Deficiencies; C. Failure Of The Contractor To Commence Repair Works On Contracts With Pending Certificates Of Acceptance Within Thirty (30) Calendar Days And Complete Them Within Ninety (90) Days After Receipt Of The Procuring Entity’s Notice Of Defects And Failures; Or D. Substandard Quality Of Work As Per Contract Plans And Specifications, Or Unsatisfactory Performance Of The Contractor’s Obligations As Per Contract Terms And Conditions, At The Time Of Inspection. If The Bac Verifies Any Of These Deficiencies To Be Due To Contractor’s Fault Or Negligence, The Agency Shall Disqualify The Contractor From The Award, For The Procurement Of Infrastructure Projects. 7. The National Irrigation Administration – Cagayan-batanes Irrigation Management Office Will Hold A Pre-bid Conference On January 10, 2025, 9:00am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw) Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 22 2025, 8:30 Am. Bidders Representatives Shall Present Valid Id And Special Power Of Attorney (spa) To The Bac Secretariat In Order To Be Allowed To Submit Their Bids. Late Bids Shall Not Be Accepted. 9. Bidders May Submit Their Bids Through Courier Services At The Bidder’s Own Risk On The Date And Time At The Address Stated Above. Bid Submitted After The Deadline Shall Not Be Accepted. Submission Of Bids Through E-mail Are Not Yet Allowed. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 11. Bid Opening Shall Be On January 22,2025, 9:00 Am At National Irrigation Administration – Cagayan-batanes Irrigation Management Office, Maddarulug, Solana, Cagayan And/or Through Videoconferencing/webcasting Via Google Meet (meet.google.com/ndo-suge-ziw). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 12. All Interested Bidders Must Conduct A Site Inspection With Corresponding Fee In The Amount Of P500.00 Within December 28, 2024 To January 21, 2025 Take Necessary Documentations To Be Attached To The Certificate Of Site Inspection Issued By National Irrigation Administration – Cagayan-batanes Irrigation Management Office Head Office Or National Irrigation System Field Offices. 13. The National Irrigation Administration – Cagayan-batanes Irrigation Management 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 No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website 15. For Further Information, Please Refer To: The Bac Secretariat National Irrigation Administration-cbimo Maddarulug, Solana, Cagayan Email Address: R2.cagayan-imo@nia.gov.ph Telefax No.: 078-304-1840 Website Address: Www.nia.gov.ph December 27, 2024 Glenn Sherwin D. Rubino Chairperson – Bids And Awards Committee
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)
U S COAST GUARD USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Combined Synopsis/solicitation For Services Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. the Solicitation Number Is 37130pr250000028 applicable North American Industry Classification Standard (naics) Codes Are: 332618 other Fabricated Wire Product Manufacturing this Requirement Is For A Fixed Price Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Best Value. when Submitting Your Proposals, Request A Price Breakdown Of The Following:
a. Cost Of Labor And Supervision
b. Cost Of Materials And Equipment Needed To Perform The Work. prospective Contractors Shall Also Provide Along With Your Proposal Past Performance Documents Which Will Be Used To Determine Expertise To Perform Such Work. contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow. Past Performance And Cost Factors Will Also Be Used When Selecting The Award. anticipated Award Date: 10 Business Days After Close Of Solicitation, Ooa 11 Feb 2025 ***quotes Are To Be Received No Later Than Close Of Business (3 Pm Est) On Friday Jan 31, 2025. Quotes Can Be Emailed To: Mehdi.bouayad@uscg.mil
quotations Sent Via The Us Postal Service Or Hand Delivered Should Be Sent To:
commanding Officer Procurement & Contracting Miami
16001 Sw 117th Ave
miami, Fl 33177 telephone Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In (sam.gov | Workspace) wage Determinations: Service Contract Act Wd # 2015-4571, Revised 12/23/2024 ****** Site Visit Is Highly Recommended, However Not Mandatory, Will Be Hosting A One-day Site Visit On Wednesday 22 January 2025, At 10 Am Est At The Project Site, Please Coordinate With Emc Malcolm Holmes, Who Is The Poc On The Project.
(poc Information Is Below)
email: Malcolm.e.holmes@uscg.mil
phone: (727) 824-7584 location Of Project: Uscg Sector St. Petersburg And Marine Safety Office Davis Island
600 8th Ave. Se
st. Petersburg, Fl 33701
point Of Contact the Government Point Of Contact (poc) For This Work Is Emc Malcolm Holmes, Phone Phone: (727) 824-7584, Email: Malcolm.e.holmes@uscg.mil the Contractor Shall Coordinate With The Poc To Minimize Interference With Coast Guard Operations Or Personnel. All Work Shall Be Coordinated With Other Trades Involved In The Project And Carefully Laid Out In Advance.
performance Period: Performance Of Work Is Expected To Commence Nlt 7-10 Business Days After Award Is Made. Anticipated Award Date: 07 Feb 2025 q&a’s: Questions Concerning The Work Requested Must Be Sent To Mehdi.bouayad@uscg.mil By Cob Friday Jan 24, 2025. These q&a’s Will Be Answered And Posted To This Solicitation As An Amendment Prior To Close Of Solicitation. xi: Scope Of Work: Statement Of Work For The Replacement Of Gate Operator And Increase Elevation For
uscg Sector St. Petersburg
600 8th Ave. Se
st. Petersburg, Fl 33701
and
marine Safety Office Davis Island
1301 Beach Dr. Se,
st Petersburg, Fl 33701.
part 1 General intent: The Intent Of This Project Is To Replace The Gate Operators And Increase Gate Elevation At Sector St. Petersburg And Davis Island To Ensure Proper Transferring Capabilities In A Power Loss Scenario. scope Of Work This Project Involves Upgrading The Gate System By Installing New Safety And Operational Components. The Contractor Shall Provide And Install 04 Max Rhino 4000 24vdc Slide Gate Operators Or Equivalent Equipment, Ensuring That All Installation Is Performed In Compliance With The Manufacturer’s Instructions. The Gate Operators Must Be Suitable For Gates Measuring 60 Feet In Length And Weighing Up To 4,000 Lbs. The System Shall Operate On A 115/230vac Power Source Or 24vdc Solar Power, With A 24vdc Operational Voltage. The Gate Operators Must Feature Continuous Duty Brushless Motors, Capable Of Opening Gates At Speeds Of Approximately 10 To 19 Inches Per Second. Each Unit Shall Include A 24vdc Battery Backup System With Four 7-ah Batteries, Allowing Up To 200 Full Cycles On Backup Power. The Installation Shall Also
include A 30-foot #50 Nickel-plated Chain, An Entrapment Prevention Device, And Six Optex 50tnr Dual-beam Photocells With Battery-powered Transmitters. Additionally, All Gate Chains Must Be Replaced With #40 Dacromet-coated Rust-resistant Chains. The Installation Requires Operator Riser Plates Measuring 2 Feet In Height, Each Mounted On 2 1/2-inch Ss40 Posts, With A Total Of Four Riser Plates To Be Provided. Existing Wiring Shall Be Extended To The New Operator Locations Using Watertight Junction Boxes, And The Contractor Shall Handle The Removal And Disposal Of Existing Operators. On-site Welding Will Be Necessary For The Installation Of Chain Brackets, And The System Must Include Five Optex Virtual Loops With A Range Of Up To 16 Feet. The Contractor Is Responsible For Ensuring The Installation Meets Industry Standards And That The Manufacturer’s 3-year Limited Warranty Is Maintained. On-site Welding Will Be Performed As Needed For The Installation Of Chain Brackets, Ensuring Structural Integrity And Proper Alignment. 3. Qualifications: Contractor Shall Provide Personnel Who Have The Knowledge, Qualifications, And Working Experience To Perform The Functions Outlined In The Performance Requirements And Shall Be A Licensed And Certified To Conduct Clean Up And Remediation Activities. All Personnel Shall Have At A Minimum An Understanding Of Operation, Maintenance Procedures, And Regulatory Requirements Associated With The Work Outlined In This Sow. continuity Of Facilities Operation: Schedule Work To Minimize Interference With The Facility’s Normal Operations. Perform All On-site Work Between The Hours Of 8:00 Am And 4:00 Pm, Monday Through Friday (federal Holidays Excluded), Unless Otherwise Approved By The Contracting Officer Or Contracting Officer’s Representative. government Furnished Materials: None part 2 Performance Standards 1. Performance Requirements: Contractor Shall Provide The Following Services:
a. Removal Of All Components In Current Gate Operators At Sector St. Petersburg And Davis Island
b. Installation Of All Gate Operators, Components, Safety Accessories And Elevation Lift At Sector St. Petersburg North And South Pier
c. Testing Of Installed Equipment At Sector St. Petersburg North And South Pier
d. All Work Working Equipment Will Be Return To The Unit
e. All Damage Equipment Will Be Deposal Of By Contractor.
f. Testing Of Installed Equipment At Davis Island. 2. Contractor Shall Be Responsible For Daily Removal Of All Construction Debris And Shall Ensure That Job Site Cleanliness Is Maintained For The Duration Of The Work.
a. Site Assessment:
1) Conduct A Thorough Assessment Of The Installation Site.
2) Site Visit: All Bidders Are Strongly Encouraged To Visit The Site To Verify Any/all Quantities Before Submitting Bids. Interested Parties Shall Coordinate Site Visits With Emc Malcom Holmes @ (727) 824-7584 / Malcom.e.holmes@uscg.mil 3. Performance Standards. Proper Adherence To All Osha And Industry Safety Procedures Is Required Prior, During And After Work Being Performed. The Contractor Shall Furnish All Personnel With And Require Donning Of Required Personal Protective Equipment (ppe). The Contractor Shall Safeguard The Public And Government Personnel, Property, Materials, Supplies, And Equipment Exposed To Contractor Operations And Activities, And Avoid Interruptions Of Government Operations In The Performance Of Services.
dcc Timothy Bakels
email: Timothy.g.bakels@uscg.mil
(727) 824-7599
emc Malcolm Holmes
email: Malcolm.e.holmes@uscg.mil
(727) 824-7584 4. Conditions Affecting The Work: The Contractor Should Visit The Site And Take Such Other Steps As May Be Reasonably Necessary To Ascertain The Nature And Location Of The Work, The General And Local Conditions Which Can Affect The Cost Of The Work Thereof. Failure To Do So Will Not Relieve Bidders From Responsibility For Estimating Properly The Difficulty Or Cost Of Successfully Performing The Work. The Government Will Assume No Responsibility For Any Understanding Or Misrepresentations
concerning Conditions Made By Any Of Its Officers Or Agents Prior To The Execution Of The Contract, Unless Included In The Request For Quotes, The Specification Or Related Documents. 5. After Award Of The Contract: The Contractor Must Immediately Notify The Contracting Officer’s Qae Representative Of The Intended Start Date. The Work Shall Be Done In Accordance With The Specification. 6. Oral Modification: No Oral Statements Of Any Person Other Than The Contracting Officer Shall In Any Manner Or Degree, Modify Or Otherwise Affect The Terms Of This Contract. 7. Workmanship: All Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Contracting Officer. 8. Permits: The Contractor Shall Without Additional Expense To The Government, Obtain All Appointments, Licenses, And Permits Required For The Prosecution Of The Work. The Contractor Shall Comply With All Applicable Federal, State And Local Laws. 9. Clean Up: All Trash And Debris Shall Be Removed From The Site Daily. The Job Site Shall Be Left In A Clean And Neat Manner. 10. . Work Outside Regular Hours: If The Contractor Desires To Carry On Work On Saturday, Sunday, Holidays Or Outside The Unit’s Regular Hours (0730-1600), They Must Submit Their Request In Writing To The Contracting Officer’s Qae Representative For Approval Consideration. The Contractor Shall Allow Ample Time To Enable Satisfactory Arrangements To Be Made By The Government For Inspecting The Work In Progress. 11. Upon Completion Of Work: Contact The Contracting Officer’s Qae Representative To Arrange For Inspection/acceptance Of Work. 12. Liability Of Damages. The Contractor Shall Be Liable For All Damages To Government Equipment And Property When Such Damage Is Due To Fault Or Negligence Of The Contractor. The Contractor Shall Be Responsible For All Damages Or Injury To Persons That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Take Proper Safety And Health Precautions To Protect The Work The Workers, The Public, And The Property Of Others. 13. 15. Safety Requirements: 14. Responsibilities:all Contractors Working On Uscg Facilities Shall Abide By All Federal Safety Regulations As Published By The Occupational Health And Safety Administration, 29 Cfr 1910 (series), 29 Cfr 1925 (series) And 29 Cfr 1926 (series). Contractor Written Safety Programs Shall Be Reviewed By The Safety Officer Prior To Starting Work. 15. Written Notification Must Be Provided To The Cg Sector St. Petersburg’s Assistant Safety Officer, Cwo Justin David @ (619) 788-7170 In Their Capacity As Fire Marshal Of Any Activity That Could Potentially Cause Fire Or Explosion Or Those Changes Or Reduces The Capability Of Fighting A Fire Or Explosion. Some Examples Of Qualifying Activities Are A Fire Hydrant Or Fire Suppression System That Must Be Taken Out Of Service For Any Reason, Electrical Work That Affects Fire Alarm Systems, Introduction Of Hazardous Or Flammable Material Onto The Unit, And Blocking Of Any Egress Routes Or Emergency Vehicle Routes. Inclusion Of This Information In The Contract Constitutes Written Notification If The Outsource Review Sheet Is Signed By Safety Officer. 16. Copies Of The Following Must Be Provided To The Safety Officer, Prior To Starting Work In Affected Areas: Confined Space Entry Permits, Hot Work Chits, And Dig Chits. Confined Space Clearance Must Be Conducted By A Certified Marine Chemist And Permit Required Spaces Will Have A Copy Of The Permit Posted On Site During Work. Hot Work applicable Far Clauses
52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (sept 2023)
52.212-3 Offeror Representations And Certifications -- Commercial Items (may 2024)
52.212-4 Contract Terms And Conditions—commercial Items (oct 2018)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (nov 2023)
52.222-41 Service Contract Labor Standards (aug 2018) work Hours: Monday Through Friday, 0730 – 1800 (7:30 Am – 3 Pm) No Weekends Or Holidays Authorized. see Attached Applicable Far Clauses By Reference.
offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far
the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov. request Company’s Tax Id Information And Uei Number. vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award.
vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 1.4 Million (USD 25.6 K)
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com December 04, 2024 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#300/200 - 24-12-485(o) Contract Name: Construction Of Nala Elementary School Outdoor Stage And Dressing Room (phase 1), Municipality Of Sibuco, Zamboanga Del Norte Location/purpose: For The Use In The Construction Of Nala Elementary School Outdoor Stage And Dressing Room (phase 1), Municipality Of Sibuco, Zamboanga Del Norte Approved Budget For The Contract (abc): P1,499,999.73 (inclusive Of All Applicable Taxes) Bidders/ Contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 50% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 75 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting December 05 - 11, 2024 Pre-bid Conference December 12, 2024 @09:00am Availability And Issuance Of Bidding Documents December 05 - 27, 2024 @ 08:30am Deadline For The Submission Of Bids December 27, 2024 @ 08:30am Bid Opening And Evaluation December 27, 2024 @ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Five Thousand Pesos Only (php5,000.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex: Construction Of Nala Elementary School Outdoor Stage And Dressing Room (phase 1), Municipality Of Sibuco, Zamboanga Del Norte Pr#300/200-24-12-485(o) Abc: P1,499,999.73 Item Activity Description Unit Qty Part A Other General Requirements A.1.4(1) Provision Of Progress Photograps Ea 63.00 A.1.1(3) Provision Of Field Office For The Engineers L.s 1.00 Part B General Requirements B.3 Permits And Clearances L.s 1.00 B.5 Project Billboard/signboard Ea 1.00 B7(2) Occupational Safety And Health Program L.s 1.00 B.9 Mobilization/demobilization L.s 1.00 Part C Civil, Structural, Architectural & Metal Works 803(1)a Structure Excavation (common Soil) M3 41.54 804(4) Gravel Bedding M3 11.43 804(1)b Embankment From Common Borrow M3 45.00 900(1)c2 Structural Concrete For Footing And Slab On Fill (class A, 28 Days) M3 12.45 900(1) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) M3 9.57 902(1) Reinforcing Steel Of Reinforced Concrete Structures For One-storey, Grade 40/grade 60 Kg 1,644.96 903(2) Formworks And Falseworks (for One-storey Building) Sq.m 69.06 Part D Architectural / Finishing Works 1008 Aluminum Glass Window (sliding/casement/awning/fixed Type) M2 9.96 1010(1) Frames (jambs, Still, Head, Transoms And Mullions) Set 6.00 1010(2)b Wooden Panel Door M2 3.78 1043(1) Pvc Doors And Frames M2 2.52 1004(2) Finishing Hardware Set 4.00 1013(2) Fabricated Metal Roofing Accessory (ridge/hip Rolls/flashing/counter Flashing/valley Roll) M 7.40 1014 Prepainted Metal Sheets (rib Type, Long Span, Below .427 Thk/above .427 Thk) M2 136.90 1027(1) Cement Plaster M2 293.03 1046 100mm Chb Non-load Bearing/load Bearing (including Reinforcing Steel) M2 189.36 1047(2)b Structural Steel Roof Truss Kg 2,021.12 1047(2)c Structural Steel Purlins Kg 360.75 1047(3)b Metal Structure Accessories (sagrods) Pc 33.00 1047(3)c Metal Structure Accessories (turnbuckles) Pc 4.00 Part E Electrical Works 1100 Junction/utility/pull/square Box L.s 1.00 1100(30) Conduit Works, Boxes And Fittings L.s 1.00 1100(6)a 15mmø – 32mmø Polyvinyl Chloride (pvc) Pipes Length 32.00 1100(6)b 15mmø – 32mmø Polyvinyl Chloride (pvc) Pipes Length 5.00 1101 Switches Set 3.00 1101 Switches Set 3.00 1101 Duplex Convenience Outlet Set 10.00 1101(2) 1.60mm2 – 5.5mm2 Electric Wire (tw/thhn/twhn2) M 140.00 1101(2) 8.00mm2 – 22mm2 Electric Wire (tw/thhn/twhn2) M 30.00 1102 Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50amp – 200amp Set 1.00 1103(5) Downlight/pinlight Fixture With One-compact Fluorescent Lamp(cfl) Or Led Bulb, 1 Bulb Set 20.00 Part F Plumbing Works 1001(8) Sewer Line Works L.s 1.00 1002(4)a 65mmø-100mmø Polyvinyl Chloride (pvc) Pipe, Blue Pc 12.00 1001(1)a 50mmø-100mmø Pvc Pipe, Series 600/series 1000 M 9.00 1002(5) Water Closet/urinal With Complete Accessories Set 1.00 1002(5) Wall Hung Lavatory With Complete Accessories Set 1.00 1002(5) Faucet Pc 1.00 1002(5)h Floor Drain Plates Set 1.00 ***nothing Follows***
Department Of Agriculture Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
Details: Description Invitation To Bid For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The National Expenditure Program Fy 2025 Intends To Apply The Sum Of One Million Pesos (php1,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 With Project Identification Number Da Rfo-1-2025-infra-001-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Early Procurement Activity (epa) Of The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 For The Above-mentioned Procurement Project With The Following Details And Specifications, To Wit: Details And Specifications Project Site/location: Brgy. Calunetan, Sison, Pangasinan Project Description: Construction Of 135 Sq.m. Cattle House With Loafing Area, Feeding Through, Chute And Perimeter Fence Scope Of Work: Description Qty Unit I. General Requirements (permits & Project Billboard) 1.00 Lot Ii. Mobilization And Demobilization 1.00 Lot Iii. Safety And Health 1.00 Lot Iv. Earthworks 37.00 Cu.m. V. Rsb Works 1,163.00 Kgs. Vi. Form Works And Scaffoldings 600.00 Bd.ft. Vii. Concrete Works (class A) 30.00 Cu.m. Viii. Masonry Works (including Plastering) 28.00 Sq.m. Ix. Steel Works 1.00 Lot X. Tinsmithry Works 186.00 Sq.m. Xi. Painting Works 1.00 Lot Xii. Electrical Works 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 6 Skilled Workers • 8 Unskilled Workers Minimum Equipment Required: • 1 One-bagger Mixer • Minor Tools Completion Of The Works Is Within Seventy (70) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 13, 2024 To January 7, 2025 From The Address Given And Websites 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 Php1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 20 December 2024, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 07 January 2025, 2:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 07 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. E. The Award Of Contract For Procurement Projects Undertaken Through Epa May Be Made Only Upon The Following Conditions And Shall Be In Accordance With Item 7 Of Appendix 31 Of The 2016 Revised Irr Of Ra 9184: E.1. Approval And Effectivity Of The Funding Sources, To Wit: (i) General Appropriations Act; (ii) Corporate Budget; (iii) Appropriations Ordinance; Or (iv) Loan Agreement In The Case Of Faps; Or E.2. The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget, When Authorized By The Constitution, Law Or Rules. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ December 12, 2024 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-001-r
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 28.9 Million (USD 493.6 K)
Details: Description 1. The Department Of Public Works And Highways Regional Office Xi, Davao City, Through Its Bids And Awards Committee (bac), Invites Bidders To Submit Bids For The Infra Project Early Procurement Activities (epa) Under Cy 2025, To Wit: Contract Id : 25l00102 Contract Name/location : Construction Of Enlisted Personnel Barracks, Naval Station Felix Apolinario, Eastern Mindanao Command, Brgy. Panacan, Davao City, Phase Ii Scope Of Works : Facilities For The Engineer; Other General Requirements; Civil, Mechanical, Electrical, And Sanitary/plumbing Works; Earthwork; Plain And Reinforced Concrete Work; Finishing And Other Civil Works; Electrical; Mechanical Approved Budget For The Contract (abc) : Php 28,950,000.00 Contract Duration : 270 Cal. Days The Bac Is Conducting The Public Bidding For This Contract In Accordance With Republic Act No. 9184 And Its Implementing Rules And Regulations (irr). Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Rejected Automatically At Bid Opening. 2. To Be Eligible To Bid For This Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation With Pcab License For Size Range Small B To Large B, (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To The Abc. 3. The Dpwh Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check, Preliminary Examination Of Bids, Evaluation Of Bids, Post-qualification, And Award. 4. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 5. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance Of Bidding Documents January 07, 2025, Until 12:00 Noon Of January 27, 2025, Procurement Unit Office, Dpwh Xi Compound, R. Magsaysay St., Davao City 2. Pre-bid Conference January 14, 2025 At 2:00 P.m., Dpwh Conference Room, Dpwh Xi Compound, R. Magsaysay St., Davao City 3. Receipt Of Bids Until 12:00 Noon Of January 27, 2025, Office Of The Bac Chairperson, Dpwh Xi Compound, R. Magsaysay St., Davao City 4. Opening Of Bids January 27, 2025, After All Bids Have Been Received And Recorded, Dpwh Conference Room, Dpwh Xi Compound, R. Magsaysay St., Davao City The Bidding Documents May Also Be Downloaded Free Of Charge From The Dpwh (www.dpwh.gov.ph/dpwh/) And Philgeps (www.philgeps.gov.ph/) Websites, Provided That The Bidders Shall Pay The Applicable Fee Of Php 25,000.00 For The Bidding Documents Not Later Than The Date And Time Of The Submission Of Bids, Pursuant To The Latest Guidelines Issued By The Gppb. 6. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r11@dpwh.gov.ph For Electronic Submission Not Later Than The Date And Time Of The Submission. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Bid Proposals May Be Submitted Through An Authorized Representative Together With A Company Id Or Any Government Issued Id And The Original Authorization Letter (i.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) With Attached Confirmation From The Owner/amo Of The Firm Through Their Registered Email Address In Civil Works Application (cwa) For The Authenticity And Veracity Of Said Authorization Letter. Live Streaming Of Pre-bid Conference And Opening Of Bids Of The Said Procurement Can Be Viewed/watched Live Thru Official Youtube Page: Https://www.youtube.com/@dpwh.ro.11 And Via Zoom Application With Meeting Id: 891 411 3000 Password: Dpwhxi On The Dates Above. 8. The Department Of Public Works And Highways Regional Office Xi, Davao City Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. 9. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: April F. Momo Engineer Iv Head, Procurement Unit Dpwh-xi, R. Magsaysay Street, Davao City Telefax : (082) 272-7410 Email : Momo.april@dpwh.gov.ph Joselito B. Caballero Assistant Regional Director Bac Chairperson
3801-3810 of 3863 archived Tenders