Paint Tenders

Paint Tenders

Department Of Social Welfare And Development Region Xii Tender

Philippines
Details: Description Invitation For Negotiated Procurement Two-failed Procurement Of Supply And Delivery Of Consumable And Expendable Office Supplies For The Use Of Tara Basa! Tutoring Program Staff (lot 2) Reference Number: Np-2fb-dswd12-2024-tarabasa-004 1. The Department Of Social Welfare And Development Field Office Xii (dswd Fo Xii), Through Its Bids And Awards Committee (bac) Intend To Procure Np-2fb-dswd12-2024-tarabasa-004 Negotiated Procurement Two-failed Procurement Of Supply And Delivery Of Consumable And Expendable Office Supplies For The Use Of Tara Basa! Tutoring Program Staff (lot 2) With An Approved Budget For The Contract Amounting To Four Hundred Forty Thousand And Nine Hundred Fifty Pesos Only (₱440,950.00) Inclusive Of All Applicable Taxes. 2. The Dswd Fo Xii Bac Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Bidding Pursuant To Section 53.1 Of The Revised Implementing Rules And Regulations (r-irr) Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac And Which Would Meet The Minimum Technical Specifications Required. 4. Interested Bidders May Obtain Further Information From The Dswd Bac Secretariat At The Address And Contact Number Given Below From September 24, 2024 To October 07, 2024, 8:00 Am To 5:00 Pm. 5. The Dswd Fo 12 Will Hold A Negotiation Meeting On 30 September 2024 At Dswd Regional Office Xii, Brgy. Carpenter Hill, Koronadal City, Which Shall Be Open To Prospective Bidders. 6. The Schedule Of The Bidding Activities Are As Follows: Activities Schedule Advertisement/ Posting Of Request For Quotation / Start Of Availability Of Request For Quotation September 24, 2024 To October 7, 2024, 8:00 Am To 5:00 Pm. Negotiation Meeting 30 September 2024 At Dswd Regional Office Xii, Brgy. Carpenter Hill, Koronadal City Deadline Of Submission Of Quotations And Legal / Technical Documents (in Sealed Envelope) On Or Before 08 October 2024, 9:00 A.m. Opening Of Quotations 08 October 2024, 10:30 A.m. Tentative Schedule For Post-qualification 10 October 2024 7. Two (2) Copies Of The Proposals (one Original And One Copy) Must Be Submitted To The Bac Which Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 9:00 Am Of 08 October 2024. Late Submission Shall Not Be Accepted. 8. Bid Opening And Evaluation Shall Be On 08 October 2024, 10:30 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labelled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, And The Contact Details Of The Bidder, Addressed To The Bac. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A. Valid Philgeps Registration Certificate (platinum Membership)(all Pages) Technical Documents A. Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. For This Purpose, The Definition Of Similar Contracts Shall Refer To Internet Service Providers Which Shall Be Completed Within The Last 2 Years Prior To The Date Of Submission Of The Best And Final Offer. B. Original Copy Of Bid Security In Any Of The Following Form As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. The Amount Of Not Less Than ₱8,819.00 Or The Amount Equivalent To Two Percent (2%) Of Abc If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or Ii. The Amount Of Not Less Than ₱22,047.50 Or The Amount Equivalent To Five Percent (5%) Of Abc If Bid Security Is In Surety Bond; And Iii. Bid Securing Declaration (notarized) C. Conformity With The Schedule Of Requirements And Technical Specifications (please See Annex A And B) D. Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of Corporation, Partnership, Or Cooperative, Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder E. If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence Or Duly Notarized Statement From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope A. Original Of Duly Signed And Accomplished Financial Bid Form; B. Price Schedule 10. The Dswd Fo Xii Reserves The Right To Accept Or Reject Any Bid/proposal, Annul The Bidding Process, And 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. 11. For Further Information, Please Refer To: Dswd 12- Bac Secretariat Head Administrative Division- Procurement Section Dswd Field Office 12, Regional Center, Brgy. Carpenter Hill, Koronadal City, 9506 Procurement.fo12@dswd.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://fo12.dswd.gov.ph/bid-bulletin/ Https://www.philgeps.gov.ph Issued This 23rd Day Of September 2024 Jackiya A. Lao Chairperson, Dswd Foxii Bac Annex B Technical Specifications 1. The Project Is For Negotiated Procurement Two-failed Procurement Of Supply And Delivery Of Consumable And Expendable Office Supplies For The Use Of Tara Basa! Tutoring Program Staff (lot 2) With Np-2fb-dswd12-2024-tarabasa-004 As Reference Number. 2. Bidders Must State Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Goods/equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Unamended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidders Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances. Item Specification Statement Of Compliance Lot 2 Office Supplies: Expendable 1 External Hard Drive; Black; -8 Units Capacity: 2tb; Hard Disk Description: Mechanical Hard Disk; Hard Disk Interface: Usb 3.0; Hard Disk Rotational Speed: 5400 Rpm; Hardware Platform: Pc, Mac Special Feature: Password Protection; Form Factor: 2.5-inch 2 Flashdrive: Usb 3.1 Gen 1; -25 Units Backwards Compatible With Usb 2.0; Read Speed Of Up To 400mb/s; Write Speed Of Up To 250mb/s; Interface: Usb 3.1; Model: X770w; Storage Capacity: 32gb Note: The Flash Drives Should Have No Preloaded Files. 3 Data File Box, 125mm X 230mm X 400mm - Color: Blue; Vertical -20 Pieces 4 Data Folder, Clipboard, 75mm X 240mm X 400mm With Taglia Lock -30 Pieces 5 File Organizer Legal Size - Expanding, Plastic -30 Pieces 6 Heavy Duty Puncher, Two Hole, Punching Capacity: 30 Sheets @ 80 Gsm, With Adjustable Paper Gauge And Handle Lock -20 Pieces 7 Scissors; Symmetrical; Size: 215mm (8.5"); Material: Stainless Steel; Blade Thickness: 2.5mm; Unique Design Handle.; Sandblasting Surface; Packed By Slide Card -60 Pairs 8 Tape Dispenser 1"; Black – Table Top -30 Pieces 9 Storage Box 120l; Width (m) .52; Height (cm) 44; Gross Weight (kg) 3.52; Net Weight (kg) 2.92; Material Non-biodegradable; Color: Transparent -20 Pieces 10 Heavy Duty Stapler; Weight: 0.494kg; Product Dimension:(w X H X L) 7.4in X 1.13in X 2.7in; Color: Gray, Black, Blue; Material Type: Metal -10 Pieces 11 Mechanical Sharpener; Stainless Steel With Metal Body; With Translucent Pencil Shaving Bin -5 Pieces 12 Wireless Presentation Clicker; Size: 131*18.4*12.5mm; Color: Black; Working Voltage: 1.5v; Battery Power Supply: 1.5v/aaa*1; Charging Power Supply: 3.7v/180mah -5pieces 13 Document Steel Filling Tray (3 Layers), Black, 37l X 29h X 24w -10 Pieces 14 Laminating Machine (hot & Cold Reverse) Size: A4; Heavy Duty; 220v -3 Pieces 15 Monoblock Chairs; Color: Blue; Size: 43cm X 38cm X 72cm; Armless With Backrest; Mid-back Height; Lightweight; Durable; Stackable; Easy To Carry And Move; Easy To Clean; Comfortable -50 Pieces 16 Foldable Tables; Size: 122.4lx60.9wx73.6h; Weight: 11.2kg; Material: High Density Polyethylene/steel; Rust- Resistant Powder Coated Steel Frame; Stain Resistant And Easy To Clean; Superior Strength And Durability; Mode Of Uv-protected High Density Polyethylene (hdpe) Top; Pre-assembled - 15 Pieces 17 35/40l Air Cooling Fan Industrial; Air-conditioning Fan;household Wheel; Remove With Water Tank Cooling Fan Air Cooler;,heavy Industrial Cooling Fan; Mobile Air Conditioning Fan -6 Pieces 18 Hdmi Wireless Transmitter Receiver; Transfer Method - 5ghz Extender; Hdmi Resolution: -1080p@60hz, Compatible With 720p@60hz; Vga Resolution -1080p@60hz, Compatible With 720p@60hz; Phase - 50 Meters Wireless; Port - Usb-c; Material - Aluminum Alloy + Abs -4 Pieces 19 Digital Recorder; 4gb Internal Memory, Expandable To 32gb With Micro Sd; Maximum Files: 5,000files; S-microphone System Records Distant Or Quiet Sounds Clearly; Focus And Wide-stereo Recording; Auto Voice Recording Reduces Background Noise; Built- In Usb Connector; Built-in Memory : 4gb; Input And Output Terminals: [pc I/f] Hi-speed Usb [input] Stereo Mic-in Jack [output] Stereo Earphone Jack -4 Pieces 20 8"x2 Inch Bt Speaker Portable Wireless & Rechargeable With Microphone And Remote(mzone); 4500mah; Usb Portable Cable -10 Pieces 21 Secretariat Box (small); Storage Box; Medium Size; Made Of Plastic Resins; High Impact Resistant Extreme Durability; With Wheels For Easy Mobility; Measurements: L60 X W45 X H38cm -4 Pieces 22 Extension Cord (multisocket); 6 Gang [6x International Outlet] Extension Set; Length: 5 Meters; Individual Switch And Led On Indicator; Internal Surge Protection Device; Built-in Fuse Protection; Insulated Copper Wire Connection; Fire Retardant Plastic; Adaptable To Standard Plugs Of All Countries; Insulation Resistance: 500mω; Rated Voltage: 250v~; Rated Current: 10a Power: 2500w Max -5 Pieces 23 Portable Document Scanner High Resolution Scanner For A4 Size Documents And Images, Excellent Scanning Performance; Compact Size And Lightweight Design; Built-in Real Time Scanning Detector; Built In Speed Controller; Avoid Image Distortion; Supports Memory Card Up To 32g, Can Store Large Capacity Files. Direct Plug-in, Driver Installation Not Required; Scan Above 200 Pages -4 Pieces 24 Spring Binder Machines; Size: A4; Punch Size: 3*8mm; Binding Capacity: 200 Sheets; Punching Capacity: 12 Sheets; With Handle, Side Margin Adjustment, Pinch Roller, Waste Bin And Die Disengagement Pin -1 Piece 25 Single Hole Puncher; Size: 154x60x17mm; 6mm Hole Diameter; Capacity: 8 Sheets; Color – Silver; High Quality Steel; Heavy-duty -10 Pieces 26 Three Hole Puncher; Size: 278x40x51mm; Punches Up To 8 Sheets ; Use Three 7mm Diameter Punch Heads; Hole Pitch: 108mm; Durable Steel Construction; -2 Pieces 27 Microphones Wireless; Dual, Long Range, High Power Sound Receiver Sensitivity:12dbuv(80db S/n); Sensitivity Rang:12-32dbuv; Rf Squelch: ≥275db; Audio Output Level: Balanced Output:0~0.5v/600 Audio Output:0~0.5v/5k; Power: 220 Avc System Rf Characteristics Modulation: Pll; Frequency Ranges:520mhz~952mhz; Modulation: Fm; Peak : Deviation:±45khz; Af Frequency Response: 80~15khz(±3db); T.h.d: ≤1%; Temperature Range: -10°c~+40°c -6 Units 28 Document Shredder Machine; Paper Shredding Capacity: 16 Sheets; Capacity: 30l Paper Shredding Time: 60min Can Shred Paper/card Type/optical Disc; Size: 628*400*310mm; Confidentiality Level: 5 Levels Of Confidentiality; German Level 5 Confidential: An A4 Sheet Of Paper Can Be Shredder 2598 Sections; Noise≤60db - Low Working Noise, Bass Shredding - 1 Piece 29 Filing Cabinets 3 Drawer Vertical Filing Cabinet With Central Locking System, Anti-top Over Safety Feature (only One Door At A Time Opening), Powder Coated Paint Finish, With File Dividers And Duplicate Keys, Heavy Duty Commercial Grade -5 Pieces 30 Laptop Stand With Cooler; 100% Aluminum Alloy Material; 5kg Max Loading Foldable; Support All Sizes Of Laptop; Six-speed Control; Fan Heat Dissipation; Triangular Stabilization; Frosted Material; Silicone Anti-slip; Folding Size: 290x220x27mm; Lifting Height: 0-27cm Fan Parameters: Dual-core Silent Motor Fan Cooling; Rated Voltage 5v; Rated Current 0.15a; Rated Power 0.6w; Air Volume 2.0cfm; Power Supply Mode: Usb Power, Plug And Play, Type-c Interface. -10pieces 31 Webcam (wide Angle); 1080p Hd & 150°ultra-wide Angle; 150° Viewing Angle; Screen Can Accommodate More People; For Live Broadcast Or Conference; 2 Million Pixels, 1080p High-definition Picture Quality, Records Real Pictures; Auto Focus & Face Capture Using High-definition Lens; Multiple Installation Methods -10 Units 32 Portable Bluetooth Wireless Splash Proof Boombox Speaker 10000mah External Battery With Dual Usb Charge Out -43 Units 33 Portable Medicine/first Aid Box; Size: Large (34*19*21.54cm-16l); Color: White 3 Layer And Transparent Top Design, Large Capacity, Insulation From External Pollution; Large Opening For Easy Access; With Safety Lock Buckle -5 Pieces 34 1200w 560wmah Portable Large Capacity, Power Station 220v, Outdoor Multifunctional Fast Charge ,power Station With Charging Board, Heavy Duty Outdoor Mobile Power Car Travel Camping Home Emergency Power Supply Support Ac/dc/usb Output - 3 Units 35 12inch Lcd Writing Tablet, Children Drawing Pad, Smart Notebook, One Button Erase With Pen For Children's Learning, Led Electronic Writing Board Handwriting Tablet -10 Pieces Note: Samples Of The Offered Items Shall Be Checked During The Conduct Of Post-qualification Delivery Term: Within 10 Working Days Upon The Receipt Of Purchase Order. Payment Term: 1 Month After The Completed Delivery Place Of Delivery / Venue: Purok Bumanaag, Dswd Fo Xii, Brgy. Zone Iii, Koronadal City) General Requirements: The Supplier Must Attach A Certification Of Satisfactory Performance For All Its Completed Government Projects For The Last Year. Any Unsatisfactory Performance Will Result In Disqualification In Accordance With The Rdc Resolution I Hereby Certify To Comply With All The Above Requirements. _____________________________________________ Name Of The Company/bidder _____________________________________________ Signature Over Printed Name Of The Representative _________________________________________________ Date
Closing Date8 Oct 2024
Tender AmountPHP 440.9 K (USD 7.8 K)

Department Of Environment And Natural Resources - DENR Tender

Philippines
Details: Description Table Of Contents Glossary Of Terms, Abbreviations, And Acronyms 4 Section I. Invitation To Bid 6 Section Ii. Instructions To Bidders 9 1. Scope Of Bid 9 2. Funding Information 9 3. Bidding Requirements 9 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices 9 5. Eligible Bidders 10 6. Origin Of Associated Goods 10 7. Subcontracts 10 8. Pre-bid Conference 10 9. Clarification And Amendment Of Bidding Documents 10 10. Documents Comprising The Bid: Eligibility And Technical Components 11 11. Documents Comprising The Bid: Financial Component 11 12. Alternative Bids 11 13. Bid Prices 12 14. Bid And Payment Currencies 12 15. Bid Security 12 16. Sealing And Marking Of Bids 12 17. Deadline For Submission Of Bids 12 18. Opening And Preliminary Examination Of Bids 13 19. Detailed Evaluation And Comparison Of Bids 13 20. Post Qualification 13 21. Signing Of The Contract 13 Section Iii. Bid Data Sheet 14 Section Iv. General Conditions Of Contract 17 1. Scope Of Contract 18 2. Sectional Completion Of Works 18 3. Possession Of Site 18 4. The Contractor’s Obligations 19 5. Performance Security 19 6. Site Investigation Reports 19 7. Warranty 19 8. Liability Of The Contractor 19 9. Termination For Other Causes 20 10. Dayworks 20 11. Program Of Work 20 12. Instructions, Inspections And Audits 20 13. Advance Payment 20 14. Progress Payments 21 15. Operating And Maintenance Manuals 21 Section V. Special Conditions Of Contract 22 Section Vi. Specifications 24 Section Vii. Drawings Section Viii. Bill Of Quantities Section Ix. Checklist Of Technical And Financial Documents 31   Glossary Of Terms, Abbreviations, And Acronyms Abc – Approved Budget For The Contract. Arcc – Allowable Range Of Contract Cost. Bac – Bids And Awards Committee. Bid – A Signed Offer Or Proposal To Undertake A Contract Submitted By A Bidder In Response To And In Consonance With The Requirements Of The Bidding Documents. Also Referred To As Proposal And Tender. (2016 Revised Irr, Section 5[c]) Bidder – Refers To A Contractor, Manufacturer, Supplier, Distributor And/or Consultant Who Submits A Bid In Response To The Requirements Of The Bidding Documents. (2016 Revised Irr, Section 5[d]) Bidding Documents – The Documents Issued By The Procuring Entity As The Bases For Bids, Furnishing All Information Necessary For A Prospective Bidder To Prepare A Bid For The Goods, Infrastructure Projects, And/or Consulting Services Required By The Procuring Entity. (2016 Revised Irr, Section 5[e]) Bir – Bureau Of Internal Revenue. Bsp – Bangko Sentral Ng Pilipinas. Cda – Cooperative Development Authority. Consulting Services – Refer To Services For Infrastructure Projects And Other Types Of Projects Or Activities Of The Gop Requiring Adequate External Technical And Professional Expertise That Are Beyond The Capability And/or Capacity Of The Gop To Undertake Such As, But Not Limited To: (i) Advisory And Review Services; (ii) Pre-investment Or Feasibility Studies; (iii) Design; (iv) Construction Supervision; (v) Management And Related Services; And (vi) Other Technical Services Or Special Studies. (2016 Revised Irr, Section 5[i]) Contract – Refers To The Agreement Entered Into Between The Procuring Entity And The Supplier Or Manufacturer Or Distributor Or Service Provider For Procurement Of Goods And Services; Contractor For Procurement Of Infrastructure Projects; Or Consultant Or Consulting Firm For Procurement Of Consulting Services; As The Case May Be, As Recorded In The Contract Form Signed By The Parties, Including All Attachments And Appendices Thereto And All Documents Incorporated By Reference Therein. Contractor – Is A Natural Or Juridical Entity Whose Proposal Was Accepted By The Procuring Entity And To Whom The Contract To Execute The Work Was Awarded. Contractor As Used In These Bidding Documents May Likewise Refer To A Supplier, Distributor, Manufacturer, Or Consultant. Cpi – Consumer Price Index. Dole – Department Of Labor And Employment. Dti – Department Of Trade And Industry. Foreign-funded Procurement Or Foreign-assisted Project – Refers To Procurement Whose Funding Source Is From A Foreign Government, Foreign Or International Financing Institution As Specified In The Treaty Or International Or Executive Agreement. (2016 Revised Irr, Section 5[b]). Gfi – Government Financial Institution. Gocc – Government-owned And/or –controlled Corporation. Goods – Refer To All Items, Supplies, Materials And General Support Services, Except Consulting Services And Infrastructure Projects, Which May Be Needed In The Transaction Of Public Businesses Or In The Pursuit Of Any Government Undertaking, Project Or Activity, Whether In The Nature Of Equipment, Furniture, Stationery, Materials For Construction, Or Personal Property Of Any Kind, Including Non-personal Or Contractual Services Such As The Repair And Maintenance Of Equipment And Furniture, As Well As Trucking, Hauling, Janitorial, Security, And Related Or Analogous Services, As Well As Procurement Of Materials And Supplies Provided By The Procuring Entity For Such Services. The Term “related” Or “analogous Services” Shall Include, But Is Not Limited To, Lease Or Purchase Of Office Space, Media Advertisements, Health Maintenance Services, And Other Services Essential To The Operation Of The Procuring Entity. (2016 Revised Irr, Section 5[r]) Gop – Government Of The Philippines. Infrastructure Projects – Include The Construction, Improvement, Rehabilitation, Demolition, Repair, Restoration Or Maintenance Of Roads And Bridges, Railways, Airports, Seaports, Communication Facilities, Civil Works Components Of Information Technology Projects, Irrigation, Flood Control And Drainage, Water Supply, Sanitation, Sewerage And Solid Waste Management Systems, Shore Protection, Energy/power And Electrification Facilities, National Buildings, School Buildings, Hospital Buildings, And Other Related Construction Projects Of The Government. Also Referred To As Civil Works Or Works. (2016 Revised Irr, Section 5[u]) Lgus – Local Government Units. Nfcc – Net Financial Contracting Capacity. Nga – National Government Agency. Pcab – Philippine Contractors Accreditation Board. Philgeps - Philippine Government Electronic Procurement System. Procurement Project – Refers To A Specific Or Identified Procurement Covering Goods, Infrastructure Project Or Consulting Services. A Procurement Project Shall Be Described, Detailed, And Scheduled In The Project Procurement Management Plan Prepared By The Agency Which Shall Be Consolidated In The Procuring Entity's Annual Procurement Plan. (gppb Circular No. 06-2019 Dated 17 July 2019) Psa – Philippine Statistics Authority. Sec – Securities And Exchange Commission. Slcc – Single Largest Completed Contract. Un – United Nations. Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Department Of Environment And Natural Resources Provincial Environment And Natural Resources Office City Of Ilagan, Isabela Telefax No.: (078) 325-5701 Invitation To Bid Labor And Materials For The Construction Of Ranger Station At San Jose, San Mariano, Isabela Within The Northern Sierra Madre Natural Park (nsmnp)-western Side The Provincial Environment And Natural Resources Office Isabela (penro-isabela), Through The Authorized Appropriations Under The Fy 2024 General Appropriations Act, Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Labor And Materials For The Construction Of Ranger Station At San Jose, San Mariano, Isabela Within The Nsmnp-western Side. The Period For The Performance Of The Obligations Under The Contract Shall Not Go Beyond The Validity Of The Appropriation For The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Penro-isabela Now Invites Bids For The Above-entitled Procurement Project. Completion Of The Work Requires 60 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. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Interested Bidders May Obtain Further Information From The Penro-bids And Awards Committee (bac) Secretariat Through The Contact Details Given Below And Inspect The Bidding Documents As Posted On The Philippine Government Electronic Procurement System (philgeps). A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On September 16, 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 Of One Thousand Pesos (₱1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Interested Bidders’ Representatives Must Also Present A Letter Duly Signed By The General Manager/owner, If A Sole Proprietorship, Or Authorized Signatory If A Corporation, Authorizing Him/her To Acquire The Bidding Documents. The Denr-penro Ilagan, Isabela Will Hold A Pre-bid Conference On September 24, 2024, 9:30am At The Pinaroc Hall, Penr Office, Osmeña, City Of Ilagan, Isabela Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Or The Penro-isabela Records Section Through Manual Submission At The Office Address Indicated Below On Or Before October 7, 2024, 1:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On October 7, 2024, 1:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Authorized Bidders’ Representatives Who Choose To Attend The Activity. The Penro-isabela Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Preciosa G. Oñate Head, Bac Secretariat Denr-penr Office Osmeña, City Of Ilagan, Isabela Penroisabela@denr.gov.ph C.p. No.: 0917-628-3429 You May Download The Bidding Documents At Philgeps Website. September 13, 2024 (sgd) Luz S. Soriano Chair, Bids And Awards Committee Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1. Scope Of Bid The Procuring Entity, Provincial Environment And Natural Resources Office – Isabela (penro-isabela) Invites Bids For The “labor And Materials For The Construction Of Ranger Station At San Jose, San Mariano Isabela Within The Nsmnp-western Side” The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot, As Described In Section Vi (specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Fy 2024 In The Amount Of One Million Pesos (₱1,000,000.00). The Period For The Performance Of The Obligations Under The Contract Shall Not Go Beyond The Validity Of The Appropriation For The Project. 2.2. The Source Of Funding Is Fy 2024 General Appropriations. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site Prior To Pre-bid Conference, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. The Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3. For Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7. Subcontracts 7.1. The Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: Subcontracting Is Not Allowed. 7.2 Subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address And/or Through Videoconferencing/webcasting} As Indicated In Paragraph 6 Of The Ib. 9. Clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3. A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4. A List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5. A List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3. For Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12. Alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13. Bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14. Bid And Payment Currencies 14.1. Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. A. Payment Of The Contract Price Shall Be Made In Philippine Pesos. 15. Bid Security 15.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16. Sealing And Marking Of Bids Each Bidder Shall Submit Three Copies Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 9 Of The Ib. 18. Opening And Preliminary Examination Of Bids 18.1. The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 12 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2. If The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 16 Shall Be Submitted For Each Contract (lot) Separately. 19.3. In All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20. Post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21. Signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Notes On The Bid Data Sheet (bds) The Bid Data Sheet (bds) Consists Of Provisions That Supplement, Amend, Or Specify In Detail, Information, Or Requirements Included In The Itb Found In Section Ii, Which Are Specific To Each Procurement. This Section Is Intended To Assist The Procuring Entity In Providing The Specific Information In Relation To Corresponding Clauses In The Itb And Has To Be Prepared For Each Specific Procurement. The Procuring Entity Should Specify In The Bds Information And Requirements Specific To The Circumstances Of The Procuring Entity, The Processing Of The Procurement, And The Bid Evaluation Criteria That Will Apply To The Bids. In Preparing The Bds, The Following Aspects Should Be Checked: A. Information That Specifies And Complements Provisions Of The Itb Must Be Incorporated. B. Amendments And/or Supplements, If Any, To Provisions Of The Itb As Necessitated By The Circumstances Of The Specific Procurement, Must Also Be Incorporated. Bid Data Sheet Itb Clause 5.2 The Required Pcab License For This Contract Is As Follows: A. License Category : Small A & Small B B. Single Largest Completed Contract : Above Php500,000.00 Up To Php10m C. Allowable Range Of Contract Cost : Up To Php15m For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: (i) A Single Contract That Is Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid; Or (ii) (a) At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc To Be Bid; And (b) The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. Failure To Submit A Copy Of The Single Largest Completed Contract With Proof Of Completion Is A Valid Ground For Disqualification Of The Bidder. 7.1 Sub-contracting Is Not Allowed. 10.3 No Further Instructions. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience 1 – Project Manager Preferably Technical Individual With At Least Three (3) Years’ Experience As Project Manager; 1 – Project Engineer A Licensed Civil Engineer With At Least Two (2) Years’ Experience As Project Engineer In Similar Works; 1- Electrical Engineer A Licensed Electrical Engineer With At Least One (1) Year Experience As Electrical Engineer 1 – Safety/health Officer With Training Certificate And With At Least Two (2) Years’ Experience As Safety Officer 1 - Foreman With At Least Two (2) Years’ Experience As Foreman For Earthworks, Concreting And/or Other Related Works; 10.5 The Minimum Equipment Requirements Are The Following: Equipment Description Capacity No. Backhoe 0.80 M3/1.04 Yd3 1 Dump Truck 12 Yd3 1 Plate Compactor (400-500 Gasoline Engine) 5hp 1 One Bagger Mixer 4-6 Ft3/min 1 Bar Bender (25 Mm Maximum Rebar Ø) Three Phase 1 Bar Cutter (25 Mm Maximum Rebar Ø) Grade 40 Single Phase 1 Cutting Outfit 1 Welding Machine Electric Driven/dc Output 500 Amp 1 12 [insert Value Engineering Clause If Allowed.] 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than Two Percent (2%) Of Abc, If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than Five Percent (5%) Of Abc If Bid Security Is In Surety Bond 15 Each Bidder Shall Submit One (1) Originally Signed Certified True Copy Of The Original Document And Two (2) Duplicate Copies Of The First And Second Components Of Its Bid. Bidder Must Arrange Each Bid Documents Into Sections With Tabs Properly Labeled Separating Each Document According To The Provided Checklist. 19.2 Partial Bids Are Allowed, As Follows: [insert Grouping Of Lots By Specifying The Items And The Quantity For Every Identified Lot.] 20 [list Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It, E.g. Environmental Compliance Certificate, Certification That The Project Site Is Not Within A Geohazard Zone, Etc.] 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And Scurve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling. Section Iv. General Conditions Of Contract Notes On The General Conditions Of Contract The General Conditions Of Contract (gcc) In This Section, Read In Conjunction With The Special Conditions Of Contract In Section V And Other Documents Listed Therein, Should Be A Complete Document Expressing All The Rights And Obligations Of The Parties. Matters Governing Performance Of The Contractor, Payments Under The Contract, Or Matters Affecting The Risks, Rights, And Obligations Of The Parties Under The Contract Are Included In The Gcc And Special Conditions Of Contract. Any Complementary Information, Which May Be Needed, Shall Be Introduced Only Through The Special Conditions Of Contract. 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. 2. Sectional Completion Of Works If Sectional Completion Is Specified In The Special Conditions Of Contract (scc), References In The Conditions Of Contract To The Works, The Completion Date, And The Intended Completion Date Shall Apply To Any Section Of The Works (other Than References To The Completion Date And Intended Completion Date For The Whole Of The Works). 3. Possession Of Site 3.1 The Procuring Entity Shall Give Possession Of All Or Parts Of The Site To The Contractor Based On The Schedule Of Delivery Indicated In The Scc, Which Corresponds To The Execution Of The Works. If The Contractor Suffers Delay Or Incurs Cost From Failure On The Part Of The Procuring Entity To Give Possession In Accordance With The Terms Of This Clause, The Procuring Entity’s Representative Shall Give The Contractor A Contract Time Extension And Certify Such Sum As Fair To Cover The Cost Incurred, Which Sum Shall Be Paid By Procuring Entity. 3.2 If Possession Of A Portion Is Not Given By The Above Date, The Procuring Entity Will Be Deemed To Have Delayed The Start Of The Relevant Activities. The Resulting Adjustments In Contract Time To Address Such Delay May Be Addressed Through Contract Extension Provided Under Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 4. The Contractor’s Obligations The Contractor Shall Employ The Key Personnel Named In The Schedule Of Key Personnel Indicating Their Designation, In Accordance With Itb Clause 10.3 And Specified In The Bds, To Carry Out The Supervision Of The Works. The Procuring Entity Will Approve Any Proposed Replacement Of Key Personnel Only If Their Relevant Qualifications And Abilities Are Equal To Or Better Than Those Of The Personnel Listed In The Schedule. 5. Performance Security 5.1. Within Ten (10) Calendar Days From Receipt Of The Notice Of Award From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr. 5.2. The Contractor, By Entering Into The Contract With The Procuring Entity, Acknowledges The Right Of The Procuring Entity To Institute Action Pursuant To Ra No. 3688 Against Any Subcontractor Be They An Individual, Firm, Partnership, Corporation, Or Association Supplying The Contractor With Labor, Materials And/or Equipment For The Performance Of This Contract. 6. Site Investigation Reports The Contractor, In Preparing The Bid, Shall Rely On Any Site Investigation Reports Referred To In The Scc Supplemented By Any Information Obtained By The Contractor. 7. Warranty 7.1. In Case The Contractor Fails To Undertake The Repair Works Under Section 62.2.2 Of The 2016 Revised Irr, The Procuring Entity Shall Forfeit Its Performance Security, Subject Its Property(ies) To Attachment Or Garnishment Proceedings, And Perpetually Disqualify It From Participating In Any Public Bidding. All Payables Of The Gop In His Favor Shall Be Offset To Recover The Costs. 7.2. The Warranty Against Structural Defects/failures, Except That Occasioned-on Force Majeure, Shall Cover The Period From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity. Specific Duration Of The Warranty Is Found In The Scc. 8. Liability Of The Contractor Subject To Additional Provisions, If Any, Set Forth In The Scc, The Contractor’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Contractor Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. 9. Termination For Other Causes Contract Termination Shall Be Initiated In Case It Is Determined Prima Facie By The Procuring Entity That The Contractor Has Engaged, Before, Or During The Implementation Of The Contract, In Unlawful Deeds And Behaviors Relative To Contract Acquisition And Implementation, Such As, But Not Limited To Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices As Stated In Itb Clause 4. 10. Dayworks Subject To The Guidelines On Variation Order In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184, And If Applicable As Indicated In The Scc, The Dayworks Rates In The Contractor’s Bid Shall Be Used For Small Additional Amounts Of Work Only When The Procuring Entity’s Representative Has Given Written Instructions In Advance For Additional Work To Be Paid For In That Way. 11. Program Of Work 11.1. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval The Said Program Of Work Showing The General Methods, Arrangements, Order, And Timing For All The Activities In The Works. The Submissions Of The Program Of Work Are Indicated In The Scc. 11.2. The Contractor Shall Submit To The Procuring Entity’s Representative For Approval An Updated Program Of Work At Intervals No Longer Than The Period Stated In The Scc. If The Contractor Does Not Submit An Updated Program Of Work Within This Period, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From The Next Payment Certificate And Continue To Withhold This Amount Until The Next Payment After The Date On Which The Overdue Program Of Work Has Been Submitted. 12. Instructions, Inspections And Audits The Contractor Shall Permit The Gop Or The Procuring Entity To Inspect The Contractor’s Accounts And Records Relating To The Performance Of The Contractor And To Have Them Audited By Auditors Of The Gop Or The Procuring Entity, As May Be Required. 13. Advance Payment The Procuring Entity Shall, Upon A Written Request Of The Contractor Which Shall Be Submitted As A Contract Document, Make An Advance Payment To The Contractor In An Amount Not Exceeding Fifteen Percent (15%) Of The Total Contract Price, To Be Made In Lump Sum, Or At The Most Two Installments According To A Schedule Specified In The Scc, Subject To The Requirements In Annex “e” Of The 2016 Revised Irr Of Ra No. 9184. 14. Progress Payments The Contractor May Submit A Request For Payment For Work Accomplished. Such Requests For Payment Shall Be Verified And Certified By The Procuring Entity’s Representative/project Engineer. Except As Otherwise Stipulated In The Scc, Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 15. Operating And Maintenance Manuals 15.1. If Required, The Contractor Will Provide “as Built” Drawings And/or Operating And Maintenance Manuals As Specified In The Scc. 15.2. If The Contractor Does Not Provide The Drawings And/or Manuals By The Dates Stated Above, Or They Do Not Receive The Procuring Entity’s Representative’s Approval, The Procuring Entity’s Representative May Withhold The Amount Stated In The Scc From Payments Due To The Contractor. Section V. Special Conditions Of Contract Notes On The Special Conditions Of Contract Similar To The Bds, The Clauses In This Section Are Intended To Assist The Procuring Entity In Providing Contract-specific Information In Relation To Corresponding Clauses In The Gcc Found In Section Iv. The Special Conditions Of Contract (scc) Complement The Gcc, Specifying Contractual Requirements Linked To The Special Circumstances Of The Procuring Entity, The Procuring Entity’s Country, The Sector, And The Works Procured. In Preparing This Section, The Following Aspects Should Be Checked: A. Information That Complements Provisions Of The Gcc Must Be Incorporated. B. Amendments And/or Supplements To Provisions Of The Gcc As Necessitated By The Circumstances Of The Specific Purchase, Must Also Be Incorporated. However, No Special Condition Which Defeats Or Negates The General Intent And Purpose Of The Provisions Of The Gcc Should Be Incorporated Herein. Special Conditions Of Contract Gcc Clause 2 Please Refer To Section Vi. Specifications. 4 The Project Shall Be Completed Within 60 Calendar Days From Receipt Of The Notice To Proceed. 7.2 The Warranty Shall Cover Two (2) Years From The Date Of Issuance Of The Certificate Of Final Acceptance By The Procuring Entity 11.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within Fifteen (15) Calendar Days Of Delivery Of The Notice Of Award. Section Vi. Specifications Notes On Specifications A Set Of Precise And Clear Specifications Is A Prerequisite For Bidders To Respond Realistically And Competitively To The Requirements Of The Procuring Entity Without Qualifying Or Conditioning Their Bids. In The Context Of International Competitive Bidding, The Specifications Must Be Drafted To Permit The Widest Possible Competition And, At The Same Time, Present A Clear Statement Of The Required Standards Of Workmanship, Materials, And Performance Of The Goods And Services To Be Procured. Only If This Is Done Will The Objectives Of Economy, Efficiency, And Fairness In Procurement Be Realized, Responsiveness Of Bids Be Ensured, And The Subsequent Task Of Bid Evaluation Facilitated. The Specifications Should Require That All Goods And Materials To Be Incorporated In The Works Be New, Unused, Of The Most Recent Or Current Models, And Incorporate All Recent Improvements In Design And Materials Unless Provided Otherwise In The Contract. Samples Of Specifications From Previous Similar Projects Are Useful In This Respect. The Use Of Metric Units Is Mandatory. Most Specifications Are Normally Written Specially By The Procuring Entity Or Its Representative To Suit The Works At Hand. There Is No Standard Set Of Specifications For Universal Application In All Sectors In All Regions, But There Are Established Principles And Practices, Which Are Reflected In These Pbds. There Are Considerable Advantages In Standardizing General Specifications For Repetitive Works In Recognized Public Sectors, Such As Highways, Ports, Railways, Urban Housing, Irrigation, And Water Supply, In The Same Country Or Region Where Similar Conditions Prevail. The General Specifications Should Cover All Classes Of Workmanship, Materials, And Equipment Commonly Involved In Construction, Although Not Necessarily To Be Used In A Particular Works Contract. Deletions Or Addenda Should Then Adapt The General Specifications To The Particular Works. Care Must Be Taken In Drafting Specifications To Ensure That They Are Not Restrictive. In The Specification Of Standards For Goods, Materials, And Workmanship, Recognized International Standards Should Be Used As Much As Possible. Where Other Particular Standards Are Used, Whether National Standards Or Other Standards, The Specifications Should State That Goods, Materials, And Workmanship That Meet Other Authoritative Standards, And Which Ensure Substantially Equal Or Higher Quality Than The Standards Mentioned, Will Also Be Acceptable. The Following Clause May Be Inserted In The Scc. Sample Clause: Equivalency Of Standards And Codes Wherever Reference Is Made In The Contract To Specific Standards And Codes To Be Met By The Goods And Materials To Be Furnished, And Work Performed Or Tested, The Provisions Of The Latest Current Edition Or Revision Of The Relevant Standards And Codes In Effect Shall Apply, Unless Otherwise Expressly Stated In The Contract. Where Such Standards And Codes Are National, Or Relate To A Particular Country Or Region, Other Authoritative Standards That Ensure A Substantially Equal Or Higher Quality Than The Standards And Codes Specified Will Be Accepted Subject To The Procuring Entity’s Representative’s Prior Review And Written Consent. Differences Between The Standards Specified And The Proposed Alternative Standards Shall Be Fully Described In Writing By The Contractor And Submitted To The Procuring Entity’s Representative At Least Twenty-eight (28) Days Prior To The Date When The Contractor Desires The Procuring Entity’s Representative’s Consent. In The Event The Procuring Entity’s Representative Determines That Such Proposed Deviations Do Not Ensure Substantially Equal Or Higher Quality, The Contractor Shall Comply With The Standards Specified In The Documents. These Notes Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Bidding Documents. Notes On The Bill Of Quantities Objectives The Objectives Of The Bill Of Quantities Are: A. To Provide Sufficient Information On The Quantities Of Works To Be Performed To Enable Bids To Be Prepared Efficiently And Accurately; And B. When A Contract Has Been Entered Into, To Provide A Priced Bill Of Quantities For Use In The Periodic Valuation Of Works Executed. In Order To Attain These Objectives, Works Should Be Itemized In The Bill Of Quantities In Sufficient Detail To Distinguish Between The Different Classes Of Works, Or Between Works Of The Same Nature Carried Out In Different Locations Or In Other Circumstances Which May Give Rise To Different Considerations Of Cost. Consistent With These Requirements, The Layout And Content Of The Bill Of Quantities Should Be As Simple And Brief As Possible. Daywork Schedule A Daywork Schedule Should Be Included Only If The Probability Of Unforeseen Work, Outside The Items Included In The Bill Of Quantities, Is High. To Facilitate Checking By The Entity Of The Realism Of Rates Quoted By The Bidders, The Daywork Schedule Should Normally Comprise The Following: A. A List Of The Various Classes Of Labor, Materials, And Constructional Plant For Which Basic Daywork Rates Or Prices Are To Be Inserted By The Bidder, Together With A Statement Of The Conditions Under Which The Contractor Will Be Paid For Work Executed On A Daywork Basis. B. Nominal Quantities For Each Item Of Daywork, To Be Priced By Each Bidder At Daywork Rates As Bid. The Rate To Be Entered By The Bidder Against Each Basic Daywork Item Should Include The Contractor’s Profit, Overheads, Supervision, And Other Charges. Provisional Sums A General Provision For Physical Contingencies (quantity Overruns) May Be Made By Including A Provisional Sum In The Summary Bill Of Quantities. Similarly, A Contingency Allowance For Possible Price Increases Should Be Provided As A Provisional Sum In The Summary Bill Of Quantities. The Inclusion Of Such Provisional Sums Often Facilitates Budgetary Approval By Avoiding The Need To Request Periodic Supplementary Approvals As The Future Need Arises. Where Such Provisional Sums Or Contingency Allowances Are Used, The Scc Should State The Manner In Which They Will Be Used, And Under Whose Authority (usually The Procuring Entity’s Representative’s). The Estimated Cost Of Specialized Work To Be Carried Out, Or Of Special Goods To Be Supplied, By Other Contractors Should Be Indicated In The Relevant Part Of The Bill Of Quantities As A Particular Provisional Sum With An Appropriate Brief Description. A Separate Procurement Procedure Is Normally Carried Out By The Procuring Entity To Select Such Specialized Contractors. To Provide An Element Of Competition Among The Bidders In Respect Of Any Facilities, Amenities, Attendance, Etc., To Be Provided By The Successful Bidder As Prime Contractor For The Use And Convenience Of The Specialist Contractors, Each Related Provisional Sum Should Be Followed By An Item In The Bill Of Quantities Inviting The Bidder To Quote A Sum For Such Amenities, Facilities, Attendance, Etc. Signature Box A Signature Box Shall Be Added At The Bottom Of Each Page Of The Bill Of Quantities Where The Authorized Representative Of The Bidder Shall Affix His Signature. Failure Of The Authorized Representative To Sign Each And Every Page Of The Bill Of Quantities Shall Be A Cause For Rejection Of His Bid. These Notes For Preparing A Bill Of Quantities Are Intended Only As Information For The Procuring Entity Or The Person Drafting The Bidding Documents. They Should Not Be Included In The Final Documents. Items Of Work Description Quantity Unit Material Labor Total Amount U. Cost Amount U. Cost Amount 1 General Requirements Mobilization / Demobilization 1.00 Lot Materials Lifting And Handling 1.00 Lot Temporary Power Supply 1.00 Lot Temporary Water Supply 1.00 Lot Total For General Requirements Structural Works 2 Site Works Clearing & Grubbing 40.00 M² Levelling & Grading 40.00 M² Lay-out & Staking 40.00 M² Excavation Footing 10.00 M³ Tiebeam 7.50 M³ Wallfooting 6.40 M³ Septic Tank 6.20 M³ Gravel Bedding Footing 1.00 M³ Tiebeam 1.20 M³ Wallfooting 1.50 M³ Slab-on-grade 8.00 M³ Septic Tank 0.60 M³ Backfilling 24.00 M³ Subtotal 3 Formworks Column 65.00 M² Slab-on-grade 45.00 M² Roof Beams 54.00 M² Septic Tank 14.00 M² Subtotal 4 Reinforcements Footing 115.00 Kgs Column 145.00 Kgs Slab 190.00 Kgs Footing Tiebeam 195.00 Kgs Roof Beams 195.00 Kgs Wallfooting 65.00 Kgs Septic Tank 85.00 Kgs Stairs 147.00 Kgs Subtotal 5 Concrete Works Footing 1.20 M³ Column 2.20 M³ Slab 12.40 M³ Footing Tie Beam 2.10 M³ Wallfooting 2.00 M³ Roof Beams 2.10 M³ Septic Tank 1.80 M³ Stairs 1.70 M³ Subtotal 6 Structural Steel Roof Framing W 6 X 15 210.00 Kgs Lc-100mm X 50mm X 15mm C - Purlins 135.00 Kgs 12mm Thick Base Plates 48.00 Kgs Consumables 1.00 Lot Roofing Pre-painted Long Span Roofing (0.5mm) 40.00 M² Roofing Insulation 40.00 M² Subtotal Total For Structural Architectural Works 7 Masonry Works And Painting Works Exterior Wall 4" Chb (inclusive Of Rebars, Mortar & Installation) 69.00 M² Interior Wall 4" Chb (inclusive Of Rebars, Mortar & Installation) 34.00 M² Wall Plastering Exterior Wall 70.00 M² Interior Wall 114.00 M² Painting Works Exterior Wall 80.00 M² Interior Wall 145.00 M² Subtotal 8 Doors And Windows And Accessories Doors And Windows And Accessories D- 1 1.00 Set D- 2 1.00 Set Aluminum Glass Window W - 1 1.00 M² W - 2 1.00 M² W - 3 0.25 M² Subtotal 9 Surface Finishes Ceramic Tiles Ranger Station 25.00 M² Observation Deck 20.00 M² Subtotal 10 Ceiling Finishes Ground Floor & Second Floor 4.5mm Ficemboard On Light Metal Framing Flat Latex Paint Finish 48.00 M² Subtotal Total For Architectural Electrical Works Lighting Fixtures Roughing Ins 1.0 Lot Fixtures Lighting Fixtures 5 Pc Wall Lamp 1 Pc 2 Gang Outlet 4 Pc 2 Gang Switch 2 Pc Power System Roughing Ins 1.0 Lot Panelboard & Breakers Solar Panel System 1.0 Set Panel Board 1 Pc 30a Breaker 1 Pc 20a Breaker 2 Pc 15a Breaker 1 Pc 60a Breaker 1 Pc Total For Electrical L Works Plumbing And Sanitary Works Roughing Ins 1.0 Lot Plumbing Fixtures Water Closet 1 Set Floor Drain 1 Set Lavatory 1 Set Sink 1 Set Goose Faucet 1 Set Storm Drainage System Roughing Ins 1.0 Lot Waterline System Roughing Ins 1.0 Lot Total For Plumbing And Sanitary Works Total Direct Cost 10% Mark-up Professional Fee Grand Total Summary General Requirements Structural Works Architectural Works Elecrical Works Plumbing And Sanitary Works Total Direct Cost 10% Mark-up Professional Fee Grand Total Section Ix. Checklist Of Technical And Financial Documents Notes On The Checklist Of Technical And Financial Documents The Prescribed Documents In The Checklist Are Mandatory To Be Submitted In The Bid, But Shall Be Subject To The Following: A. Gppb Resolution No. 09-2020 On The Efficient Procurement Measures During A State Of Calamity Or Other Similar Issuances That Shall Allow The Use Of Alternate Documents In Lieu Of The Mandated Requirements; Or B. Any Subsequent Gppb Issuances Adjusting The Documentary Requirements After The Effectivity Of The Adoption Of The Pbds. The Bac Shall Be Checking The Submitted Documents Of Each Bidder Against This Checklist To Ascertain If They Are All Present, Using A Non-discretionary “pass/fail” Criterion Pursuant To Section 30 Of The 2016 Revised Irr Of Ra No. 9184. Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (e) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (f) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (g) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided Under The Rules; And ⬜ (h) Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And ⬜ (i) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And (j) Project Requirements, Which Shall Include The Following: ⬜ A. Organizational Chart For The Contract To Be Bid; ⬜ B. List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; ⬜ C. List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; D. Site Inspection Report; E. Construction Schedule In The Form Of Pert/cpm Or Precedence Diagram And Bar Chart With S-curve And Cash Flow; F. Manpower Schedule; G. Construction Methodology In Narrative Form; H. Equipment Utilization Schedule; And I. Construction Safety And Health Program ⬜ (k) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (l) The Prospective Bidder’s Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (m) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents ⬜ (n) If Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (o) Original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 ⬜ (p) Original Of Duly Signed Bid Prices In The Bill Of Quantities; And ⬜ (q) Duly Accomplished Detailed Estimates Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rentals Used In Coming Up With The Bid; And ⬜ (r) Cash Flow By Quarter. Bid Form For The Procurement Of Infrastructure Projects [shall Be Submitted With The Bid] _________________________________________________________________________ Bid Form Date : _________________ Project Identification No. : _________________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents (pbds) Including The Supplemental Or Bid Bulletin Numbers [insert Numbers], The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Declare That: A. We Have No Reservation To The Pbds, Including The Supplemental Or Bid Bulletins, For The Procurement Project: [insert Name Of Contract]; B. We Offer To Execute The Works For This Contract In Accordance With The Pbds; C. The Total Price Of Our Bid In Words And Figures, Excluding Any Discounts Offered Below Is: [insert Information]; D. The Discounts Offered And The Methodology For Their Application Are: [insert Information]; E. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To: [specify The Applicable Taxes, E.g. (i) Value Added Tax (vat), (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties], Which Are Itemized Herein And Reflected In The Detailed Estimates, F. Our Bid Shall Be Valid Within The A Period Stated In The Pbds, And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period; G. If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract, Or A Performance Securing Declaration In Lieu Of The The Allowable Forms Of Performance Security, Subject To The Terms And Conditions Of Issued Gppb Guidelines For This Purpose; H. We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; I. We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And J. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. K. We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The [name Of Project] Of The [name Of The Procuring Entity]. L. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: ___________________________________________________________________ Legal Capacity: ____________________________________________________________ Signature: ________________________________________________________________ Duly Authorized To Sign The Bid For And Behalf Of: __________________________________ Date: ___________________ Bid Securing Declaration Form [shall Be Submitted With The Bid If Bidder Opts To Provide This Form Of Bid Security] _________________________________________________________________________ Republic Of The Philippines) City Of _______________________) S.s. Bid Securing Declaration Project Identification No.: [insert Number] To: [insert Name And Address Of The Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid Securing Declaration. 2. I/we Accept That: (a) I/we Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two (2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen (15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1, Except 69.1(f),of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid Securing Declaration Shall Cease To Be Valid On The Following Circumstances: A. Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; B. I Am/we Are Declared Ineligible Or Post-disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And C. I Am/we Are Declared The Bidder With The Lowest Calculated Responsive Bid, And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I/we Have Hereunto Set My/our Hand/s This ____ Day Of [month] [year] At [place Of Execution]. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date7 Oct 2024
Tender AmountPHP 1 Million (USD 17.8 K)

BARANGAY PICAS, TANAUAN, LEYTE Tender

Philippines
Details: Description I. Occupational Safety And Health Ii. Project Signboard Iii. Metal Structures Iv. Corrugated Metal Roofing V. Painting, Varnishing And Other Related Works 1. Barangay Picas, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Material Recovery Facility (mrf) 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than October 2, 2024: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On October 2, 2024. 5. Barangay Picas, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Picas, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Rommel T. Costiniano Barangay Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Picas, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Picas, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p74,883.93);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On October 2,2024 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Rommel T. Costiniano Barangay Chairman
Closing Soon2 Oct 2024
Tender AmountPHP 74.8 K (USD 1.3 K)

DEPT OF THE NAVY USA Tender

Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n744.4|er2|email Only|james.e.lewis5@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| production Lot Testing|1|| inspection And Acceptance - Short Version|8||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|receiving Report And Invoice Combo|na|tbd|n00104|tbd|tbd|tbd|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| transportation Of Supplies By Sea (jan 2023)|2||| first Article Approval--contractor Testing (sep 1989)|10||||||||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|333923|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To This Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. in Accordance With Dfar 217.7301, Contractors Shall Identify Their Sources Of Supply In Contracts For Supplies. If The Item Currently Being Procured Is A Non-value Added Item, Please Provide: actual Manufacturer: cage Code: address: delivery Lead Time: __________________________ If Incremental Deliveries Are Possible, Please Provide A Proposed Schedule To Include Specific Delivery Times For All Units. offer Valid For ___________________ Days. please Provide Email Address For Follow-up Communications_______________________________________. packaging Location If Different Than Offeror: name/cage ___________________________________________ address______________________________________________ notice To Contractor's Providing Surplus Material: a Surplus Material Certificate And Label Must Accompany Your Quotation For Surplus/new Surplus/new Manufactured Surplus Material. All Surplus Material Must Have Traceability Back To A Government Contract In Order To Be Consideredfor Award. Without This Information We Are Unable To Determine When The Government Purchased And Inspected The Item And Therefore, We Cannot Be Assured Of Technical Acceptability. if Submitting Your Quotation Via Edi, A Faxed Or Email Copy Of The Surplus Certificate, Along With A Photo Of The Box And Label Must Be Sent To The Buyerasap. this Order Requires A Higher Level Inspection. please Review The Attached Dd1423 For Special Testing Instructions. please Include A Proposed Schedule For All Cdrls With Your Quote. the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. if Quoting As A Distributor Or Dealer To The Oem, Please Submit Full Traceability Back To The Oem With Your Quote. Poc: James Lewis - Email: James.e.lewis5@navy.mil. \ 1. Scope 1.1 ;this Procurement Specification Contains The Requirements For Manufacture And The Contract Quality Requirements For ;lifting Clamp Assembly #51; For Use On Navy Submarines.; 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=4398614 |53711| V| |d|0001 | V|49998|5520157 document Ref Data=adhesive | | | | |a| | | document Ref Data=astm A36 | | |m |190701|a| | | document Ref Data=mil-std-130 | | |n |121116|a| |01| document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=asme B46.1 | | | |190101|a| | | document Ref Data=iso9001 | | | |150915|a| | | document Ref Data=ms16285 | | |a |970406|d| | | document Ref Data=mil-s-22698 | | |c |941020|a| 2| | document Ref Data=ms27183 | | |l |211022|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| | | document Ref Data=ncsl Z540.3 | | | |060803|a| | | document Ref Data=nasm 90725 | | | |160531|a| | | document Ref Data=fed-std-h28/20b | | | |941221|a| |01| document Ref Data=mil-dtl-24441/20b | | | |090827|a| | | document Ref Data=mil-dtl-24441/21b | | | |090827|a| | | document Ref Data=brake Lining Material | | | | |a| | | document Ref Data=s9074-aq-gib-010/248 | | | |950801|a| | | document Ref Data=s9074-ar-gib-010/278 | | |a |130214|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=iso10012 | |01| |030415|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 ;design And Manufacturing - The ;lifting Clamp Assembly #51; Furnished Under This Contract/purchase Order Shall Meet The Material, Mechanical, Physical, Welding And Test Requirements As Specified On Drawing 4398614, (consisting Of Iten Nos. 14, 22, 24, 25, 26, 33, 34, 60, 62 And 65) Including Associated Specifications Mentioned In This Procurement. ; 3.1.1 ;the Supplier Shall Perform All Welding And Nondestructive Testing And Inspection On ;lifting Clamp Assembly #51; In Accordance With The Requirements Of Navsea Technical Publications S9074-ar-gib-010/278, T9074-as-gib-010/271 And Mil-std-2035 Specified on Drawing 4398614, Note 6.;the Supplier Has The Option Of Performing Magnetic Particle Or Liquid Penetrant Nondestructive Testing And Inspection On All Welds.;; 3.1.2 ;the Supplier Welders Performing Welding On ;lifting Clamp Assembly #51; Shall Be Qualified In Accordance With Navsea Technical Publication S9074-aq-gib-010/248 Specified On Drawing 4398614, Note 6.; 3.1.3 ;the Supplier Shall Have Or Fabricate The Required Weight Handling Equipment And Test Fixture In Accordance With Drawing 4398614 Requirements To Perform Weight Test And Holding Capacity Test On ;lifting Clamp Assembly #51;. The Supplier Shall Maintain and Perform Nondestructive Testing On Said Equipment As Required By The Drawing.; 3.1.4 ;the Supplier Shall Perform Weight Test And Holding Capacity Test On ;lifting Clamp Assembly #51; In Accordance With The Test Procedure For Weight Handling Equipment And Test Weight Requirement, And Test Setup Specified On Drawing 4398614. The Test procedure For Weight Handling Equipment Note 5.1 Of Drawing 4398614, Sheet 57 States "the Clamp Weight Test Can Be Conducted Simultaneously With The Holding Capacity Test In Accordance With Note 6.1" Of The Drawing.; 3.2 ;marking Requirements - The Supplier Shall Permanently Identify Each First Article And Production Lot Unit ;lifting Clamp Assembly #51; In Accordance With Drawing 4398614 Notes 5, 19 And 21 Using Item Number 65 (label Plate) Shown On Sheet 44 Of The drawing Per Mil-std-130. The Supplier Shall Identify ;tag Or Bag; Each First Article And Production Lot Unit With Contract Number And Assembly Serial Number Per Mil-std-130.; 3.2.1 ;the Supplier Shall Assign Matched Set Serial Numbers To The Clamp Halves Item Number 33 Of Drawing 4398614 And Shall Keep Clamp Halves In Matched Set By Serial Numbers. This Is A Mandatory Requirement Specified On Drawing 4398614, Sheet 57, And Test procedure For Weight Handling Equipment Under The Notes Header.; 3.2.2 ;the Supplier Shall Mark ;tag Or Bag; All Piece Parts With Contract, Drawing/ Item, Heat, Lot Or Batch And Serial Number In Accordance With Mil-std-130 Until Installed On The Designated Assembly.; 3.3 ;first Article Testing/inspection - (supplier Testing/inspection). The First Article Testing/inspection Procedure And Approval Are Required For ;lifting Clamp Assembly #51;. Government Approval Is Required Prior To Commencement Of First Article Unit.; 3.4 ;notification - The Supplier Shall Notify Naval Surface Warfare Center, Philadelphia Division, (nswcpd), 5001 S. Broad Street, Philadelphia, Pa 19112-1403 By Email Matthew.j.ogilvie.civ@us.navy.mil, Code 242mo After Award Of Contract.; 3.4.1 ;the Nswcpd Is The Acceptance Activity For The Contract Data Requirements List (dd1423) Data Items. Nswcpd Wawf/irapt ;acceptor; Dodacc Is ;n64498;.; 3.5 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.) 3.5.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.6 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase 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 Requirements 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 Requirements. 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. 4.4 ;inspection System - The Supplier's Quality Inspection System Shall Be In Accordance With Mil-i-45208 Or Iso 9001 And Ncsl Z540.3 Or Iso 10012. The Supplier Shall Develop And Submit Their Written Quality Inspection And Test Plan As Indicated On The contract Data Requirements List (dd Form 1423). Government Approval Of The Supplier's Written Quality Inspection And Test Plan Is Required By The Contract. cdrl: Quality Inspection & Test Plan Per Mil-i-45208, Ncsl Z540.3 And Di-qcic-81110 ; 4.5 ;surface Roughness - All Surface Finishes Are In Rms Measurements. Where The Degree Of Surface Roughness Is Indicated, The Surface Shall Be Free From All Visible Imperfections As Defined By Standard Asme B46.1.; 4.6 ;finished Edges - Finished Edges Shall Be In Accordance With The Applicable Drawing Requirements.; 4.7 ;threads - Threads Shall Be Inspected In Accordance With Fed-std-h28/20 System 21 Requirements. Thread Inspection Shall Include The Measurement And Recording Of The Major Diameter For External Threads And The Minor Diameter For Internal Threads.; 4.8 ;material Control - The Supplier Shall Have An Effective Material Control System That Provides For Certified Quantitative Mill Or Industrial Laboratory Reports Of Chemical And Physical Analysis By Heat, Lot Or Batch For Raw Material Ordered For First article And Production Units. If The Material Is Subsequently Heat-treated A Certification Of Physical Analysis, After Heat Treatment Is Also Required For Each Heat Lot Or Batch. Also, Where The Applicable Material Specification Calls Out (e.g. Corrosion resistance Test, Macro-etch Test) These Test Results Shall Also Be Reported On The Applicable Mill Or Industrial Laboratory Report. The Physical Analysis Shall Establish The Following Properties For Metallic Parts: Ultimate Tensile Strength, Yield Strength And elongation.; 4.9 ;first Article Testing/inspection - (supplier Testing/inspection). The Supplier Shall Perform First Article Testing/inspection On ;lifting Clamp Assembly #51; In Accordance With The Applicable Drawing, Specifications Andtheir Approved First Article procedure And Nondestructive Testing (visual, Magnetic Particle Liquid Penetrant) Procedure.; 4.9.1 ;the First Article Inspection Shall Be Made By The Cognizant Dcma-qar At The Supplier's And/or Subcontractor Facility. The Supplier Shall Notify Nswcpd, Code 242mo Two Weeks In Advance Prior To The Scheduled First Article Testing/inspection, So An nswcpd Representative Has The Option Of Being Present During The First Article Testing/inspection.; 4.10 ;first Article Approval For Testing/inspection Procedure And Acceptance - (supplier Testing/inspection). The Supplier Shall Prepare And Submit Their First Article Testing/inspection Procedure For ;lifting Clamp Assembly #51; In Accordance With The requirements Of Di-ndti-80603, The Applicable Drawing And Specifications As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The Procedure Is Required Prior To Commencement Of First Article Unit. cdrl: First Article Testing/inspection Procedure Per Di-ndti-80603a; 4.11 ;first Article Testing/inspection - The Supplier Shall Perform 100% Examination,inspection And Testing On The First Article ;lifting Clamp Assembly #51; Unit (component Parts/assembly) In Accordance With The Applicable Drawing, Their Approved First article Procedure And Nondestructive Testing (visual, Magnetic Particle Or Liquid Penetrant) Procedure. The Supplier Shall Record The Actual Measurements And Results Of Each Dimension, Threads, Examination, Inspection And Test Identified On The Applicable drawing.; 4.11.1 ;the Supplier Shall Visually And Physically Inspect 100% The (component Parts/ Assembly) Dimensions And Threads (including Of The Major Diameter For External Threads And The Minor Diameter For Internal Threads) Identified On The Applicable Drawing. threads Shall Be Inspected 100% And Results Recorded.; 4.11.2 ;the Supplier Shall Visually Inspect And Perform Magnetic Particle Or Liquid Penetrant Testing 100% On All Weld Joints Shown On Drawing 4398614 For ;lifting Clamp Assembly #51; In Accordance With Their Approved Nondestructive Testing Procedure.; 4.11.3 ;the Supplier Shall Perform 100% Weight Test And Holding Capacity Test On ;lifting Clamp Assembly #51; In Accordance With Procedure Note 6 Requirements Of Drawing 4398614, Sheet 62. No Clamp Slippage Is Permitted Once The Maximum Test Load Is Reached. the Supplier Shall Adhere To The Warning Under Procedure 6 For Nondestructive Test On All Lifting Equipment Welding Before And After The Weight Test In Accordance With General Note 6 Of Drawing 4398614, Sheet 5. No Defect Is Allowed. Further, The Supplier Shall adhere To The Mandatory Requirement Specified On Drawing 4398614, Sheet 57, And Test Procedure For Weight Handling Equipment Under The Notes Header That Clamp Halves Be Kept In A Matched Set By Serial Numbers. Failure To Do So Negates Weight Test And Holding capacity Test.; 4.12 ;first Article Testing/inspection Report And Acceptance - (supplier Testing/inspection). The Supplier Shall Submit For Completed First Article Unit ;lifting Clamp Assembly #51; Testing/ Inspection Reports In Compliance With The Requirements Of di-ndti-80603, Navsea Technical Publications, Drawing And Specifications. The Report Shall Also Include A Copy Of ;certified Mill Certification; Weld Rod Certification; Certificate Of Compliance For Material; Certificate Of Conformance For Material; visual/dimensional Inspection Report; Ndt Visual/magnetic Particle Or Liquid Penetrant Inspection Testing Report; Welder's Qualification Certification; Ndt Visual/magnetic Particle Or Liquid Penetrant Inspector Qualification Certification; Weight And Holding capacity Test; Identified In The Objective Quality Evidence Records Section Of This Document, And As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The First Article Testing/inspection Report Is Required Prior To commencement Of Production Units. cdrl: First Article Testing/inspection Report Per Di-ndti-80809b ; 4.13 ;production Lot - The Supplier Shall Perform 100% Examination, Inspection And Testing On Each Production Lot ;lifting Clamp Assembly #51; Unit (component Parts/assemblies) In Accordance With The Applicable Drawing And Their Approved Nondestructive testing (visual/magnetic Particle Or Liquid Penetrant) Procedure. The Supplier Shall Record The Actual Measurements And Results Of Each Dimension, Thread, Examination, Inspection And Test Identified On The Applicable Drawing.; 4.13.1 ;the Supplier Shall Visually And Physically Inspect 100% Each (component Parts/assemblies) Dimensions And Threads (including Of The Major Diameter For External Threads And The Minor Diameter For Internal Threads) Identified On The Applicable Drawing. threads Shall Be Inspected 100% And Results Recorded.; 4.13.2 ;the Supplier Shall Visually Inspect And Perform Magnetic Particle Or Liquid Penetrant Testing 100% On All Weld Joints Shown On Drawing 4398614 For ;lifting Clamp Assembly #51; In Accordance With Their Approved Nondestructive Testing Procedure.; 4.13.3 ;the Supplier Shall Perform 100% Weight Test And Holding Capacity Test On Each ;lifting Clamp Assembly #51; In Accordance With Procedure Note 6 Requirements Of Drawing 4398614, Sheet 62. No Clamp Slippage Is Permitted Once The Maximum Test Load Is reached. The Supplier Shall Adhere To The Warning Under Procedure Note 6 For Nondestructive Test On All Lifting Equipment Welding Before And After The Weight Test In Accordance With General Note 6 Of Drawing 4398614, Sheet 5. No Defect Is Allowed. Further, The supplier Shall Adhere To The Mandatory Requirement Specified On Drawing 4398614, Sheet 57, And Test Procedure For Weight Handling Equipment Under The Notes Header That Clamp Halves Be Kept In A Matched Set By Serial Numbers. Failure To Do So Negates The Weight test And Holding Capacity Test.; 4.14 ;production Lot Testing/inspection Reports And Acceptance - (supplier Testing/ Inspection). The Supplier Shall Submit For The Completed Production Units ;lifting Clamp Assembly #51; Testing/inspection Reports In Compliiance With The Applicable Data Item descriptions (dids), Navsea Technical Publications, Drawing And Specifications. The Production Lot Testing/inspection Report Shall Consist Of ;certified Mill Certification; Weld Rod Certification; Certificate Of Compliance For Material; Certificate Of conformance For Material; Visual/ Dimensional Inspection Report; Ndt Visual/magnetic Particle Or Liquid Penetrant Inspection Testing Report; Welder's Qualification Certification; Ndt Visual/magnetic Particle Or Liquid Penetrant Inspector Qualification certification; Weight Test And Holding Capacity Test And Mercury Exclusion Certification; Identified In The Objective Quality Evidence Records Section Of This Document, And As Indicated On The Production Lot Test/inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Of The Production Lot Testing/inspection Report Is Required Prior To Shipment Of Production Lot Units. cdrl: Production Lot Testing/inspection Report Per Di-ndti-80809b; 4.15 ;procedures.; 4.15.1 ;welding Procedure - The Supplier Shall Prepare And Submit A Written Welding Procedure And Welding Procedure Qualification Test Data For Performing Welding In Accordance With Navsea Technical Publications S9074-ar-gib-010-/278 And S9074-aq-gib-010/248 including Welder's Qualification Per Tech Pub S9074-aq-gib-010-248 As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The Welding Procedure And Welding Qualification Test Data Is Required Prior Commencement Of first Article Unit. Cdrl: Welding Procedure And Welding Qualification Test Data Procedure Per Navsea Technical Publication S9074-ar-gib-010/278 And S9074-aq-gib-010/248; 4.15.2 ;nondestructive Testing (ndt) Procedure - The Supplier Shall Prepare And Submit A Written Nondestructive Testing Procedure For Visual/magnetic Particle Or Liquid Penetrant Inspection Testing In Accordance With Navsea Technical Publication t9074-as-gib-010/271 And Acceptance Standard Mil-std-2035 Including Nondestructive Test Personnel Qualifications Per Tech Pub T9074-as-gib-010/271 As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The Ndt Visual/magnetic particle Or Liquid Penetrant Inspection Testing Procedure Is Required Prior To Commencement Of First Article Unit. cdrl: Ndt Visual/magnetic Particle Or Liquid Penetrant Testing Procedure Per Navsea Tech Pub T9074-as-gib-010/271 And Mil-std-2035; 4.16 ;production Lot Inspection/acceptance - (supplier Testing/inspection). The Supplier Shall Submit For The Production Lot Units, The Inspection And Test Reports Identified In The Objective Quality Evidence Records Section Of This Document And As Indicated on The Production Lot Testing/inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Is Required Prior To Shipment Of Production Units.; 4.17 ;final Inspection And Acceptance - Final Inspection And Acceptance Of Production Lots Shall Be Made By The Cognizant Dcma-qar In Conjunction With The Specific Government Inspection Instructions (sgiis) Furnished By Nswcpd. In Addition To The Normal dcma Surveillance, The Production Unit(s) Shall Be Under The Surveillance Of Nswcpd Quality Assurance Specialist As Required.; 4.18 ;objective Quality Evidence Records - The Supplier Shall Maintain Objective Quality Evidence Data (oqeds) Of Materials Used In The Fabrication Of The ;lifting Clamp Assembly #51;. Records Shall Be Traceable By Drawing/item, Heat, Lot Or Batch, Contract number And Matched Set Serial Numbers. All Oqeds Shall Be Clearly Legible Including Name And Title. The Supplier May Provide Exact (quality) Photocopies Of Objective Quality Evidence Records Being Delivered Under This Purchase Order Instead Of Originals.; 4.18.1 ;the Supplier Shall Furnish A Copy Of The Following Oqeds Listed Below And As Indicated On The Contract Data Requirements List (dd Form 1423) For Acceptance. The Reports Shall Be Correlated To The Drawing/item, Heat, Lot Or Batch, Contract Number And matched Set Serial Numbers (clamp Halves And Assembly). Supplier Format Is Acceptable For The Below Listed Cdrls. a.certified Quantitative Mill Or Industrial Laboratory Certification (chemical And Physical Analysis) For Item Numbers 14,22,24,25,26,33 And 34 Of Drawing 4398614. cdrl: Certified Quantitative Mill Certification Per Di-misc-82386 b.certification Of Weld Rod Used In The Manufacturing Of The Lift Clamp Assembly In Accordance With Navsea Tech Pub S9074-ar-gib-010/278 cdrl: Weld Rod Certification Per Di-misc-82386 c.certificate Of Compliance For Materials (certifying Item Nos. 60, 62 And 65 In Accordance With Drawing 4398614 Requirements). cdrl: Certificate Of Compliance Per Di-misc-82386 d.certificate Of Conformance For Materials (certifying Primer/mil-dtl-24441/20 And Paint/mil-dtl-24441/21 In Accordance With Drawing 4398614 And Specifications Requirement). cdrl: Certificate Of Conformance Per Di-misc-82386 e.visual/dimensional Inspection Reports Shall Show All The Characteristics, The Actual Measurement And Results Of Each Dimension Inspected (component Parts/ Assemblies), Including Threads (also The Major Diameter For External Threads And The Minor diameter For Internal Threads), Contract Number, Name Ofsupplier, Drawing/item Number, Drawing Revision Letter, Heat, Lot Or Batch Number Of Finished Part And Matched Set Serial Numbers (clamp Halves And Assembly), Item Nomenclature And Inspector's signature And Date. cdrl: Visual/dimensional Inspection Report Per Di-ndti-8089b f.ndt Visual/magnetic Pariticle Or Liquid Penetrant Inspection Testing Report Shall Be In Accordance With Navsea Technical Publication T9074-as-gib-010/271. Cdrl: Ndt Visual/magnetic Particle Or Liquid Penetrant Inspection Testing Report Per Navsea Technical publication T9074-as-gib-010/271 g.welder's Qualification Certification Of Personnel Performing Welding In Accordance With Navsea Technical Publication S9074-ar-gib-010/278. cdrl: Welder's Qualification Certification Per Navsea Tech Pub278. s9074-ar-gib-010/278 h.ndt Inspector Qualification Certification Of Personnel Performing Visual And Magnetic Particle Or Liquid Penetrant Nondestructive Inspection Testing In Accordance With Navsea Technical Publication T9074-as-gib-010/271. cdrl: Ndt Visual/magnetic Particle Or Liquid Penetrant Inpector Certification Per Navsea Technical Publication T9074-as-gib-010/271. i.weight Test And Holding Capacity Test Reports Shall Show All The Test Characteristics, The Actual Measurement And Results, Start And Stop Times, Gauge Serial Number, Gauge Calibrated Date And Due Date Of Each Assembly Tested Including Contract Number, Name Of supplier, Drawing/item Number, Drawing Revision Letter, And Matched Set Serial Numbers Of The Tested Assembly, Item Nomenclature, Inspector's Acceptance Signature And Date. cdrl: Weight Test & Holding Capacity Test Report Per Di-ndti-80809b j.mercury Exclusion Certification (representing The Contract Units Shipment). cdrl: Mercury Exclusion Certification Per Di-misc-82386; 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. 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. 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. e. 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 f. 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 g. 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 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. date Of First Submission=asreq ;;approval Of The Quality Inspection Plan By Nswc Philadelphia Division Is Required Prior To First Article.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A001. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A002. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Commencement Of Production Lot Units.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A003. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;procedure Shall Be In Accordance With Navsea Technical Publication S9074-ar-gib-010/278.;; ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A004. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;procedure Shall Be In Accordance With Navsea Technical Publication S9074-aq-gib-010/248.;; ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A005. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;liquid Penetrant Procedure Shall Be In Accordance With Navsea Tech Pub T9074-as-gib-010/271.;; ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A006. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;supplier Format Is Acceptable.;; ;;plt Report Shall Consist Of Oqed Records Listed In Contract Section E: Certified Mill Cert; Weld Rod Cert; Certificate Of Compliance Material; Certificate Of Conformance Material; Visual/dimensional Inspection Rpt; Ndt Insp Testing Rpt; Welder's Qual certification; Ndt Inspector Qual Certification; Weight Test & Holding Capacity Test Rpt And Mercury Exclusion Cert.;; ;;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Shipment Of Production Lot Units.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A007. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;;
Closing Date11 Oct 2024
Tender AmountRefer Documents 

Wasser Und Abwasserverband Dosse Tender

Laboratory Equipment and Services
Germany
Details: Civil engineering and pipeline construction, building and expansion - Dismantling of pipelines, systems and components on the sewage storage facility - Provisionally re-laying and integrating waste water pressure pipes for conversion work on the sewage storage facility, dismantling after completion of the work: Approx. 30 m PE 450 with molded parts Approx. 30 m PE 400 with molded parts Approx. 30 m PE 225 with molded parts Approx. 12 m PE 180 with molded parts - Pipe construction sewage storage facility stainless steel molded parts DN 200 to DN 400 supply and installation - New construction of a sewage receiving station Approx. 10 m stainless steel pipe construction DN 100 1 PE structure as stone trap DN 1500 supply and installation 1 mid-shaft made of concrete DN 1500 supply and installation 14 m angle profiles as concrete edging supply and installation - Conversion and renovation work on the building component of the sewage storage facility (work takes place in 250 m2 of concrete surfaces cleaned and blasted Approx. 150 m2 of concrete surfaces reprofiled Approx. 30 m2 of 17.5 cm Ks masonry processed Approx. 125 m2 of interior plaster Approx. 125 m2 of paint - Supply and installation of a stainless steel corner staircase (intermediate platform, work platform, steps) - Supply and installation of a stainless steel ladder - Supply and installation of 5 stainless steel manhole covers - Supply and installation of a stainless steel side entrance door - Removal and re-laying of approx. 50 m2 of concrete paving stones
Closing Date8 Oct 2024
Tender AmountRefer Documents 

Provincial Government Of Camarines Norte Tender

Philippines
Details: Description Request For Quotation Infrastructure (negotiated Procurement-small Value Procurement) The Provincial Government Of Camarines Norte (pgcn), Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Contractors, To Quote Their Lowest Price On The Project Stated Below, Subject To The Terms Of Reference (tor), In Accordance With Section 53.9 And Annex H Of The 2016 Revised Implementing Rules And Regulation Of Ra 1984. Name Of Project And Location: Construction Of Stage Tagongtong Elementary School, Mercedes, Camarines Norte Contract Reference Number: Rfq-infra-2024-005 Approved Budget For The Contract: P 792,668.50 Terms Of Reference I. The Following Documentary Requirements Shall Be Submitted Together With The Price Quotation (sealed In An Envelope): 1. Philgeps Registration Certificate-platinum (attach Annex “a” Stating That You Have A Current And Updated File Of The Following Class “a” Eligibility Documents Under Section 23.1 (a) And 24.1): A. Sec/dti/cda Registration Certificate B. Mayor’s Business Permit C. Tax Clearance D. Philippine Contractors Accreditation Board (pcab) License And Registration E. Audited Financial Statements 2. Bir Registration Certificate 3. Income Tax Return (itr)- (for Abc’s Above 500k) 4. Omnibus Sworn Statement-(for Abc’s Above 50k) 5. Affidavit Of Site Inspection 6. Name/credentials Of Proposed Key Personnel (project Manager, Project Engineer, Materials Engineer, Construction Foreman And Safety Officer) 7. List Of Completed Similar Project Within The Last Three (3) Years With Attached Supporting Documents 8. List Of Contractor’s Equipment (one (1) Unit Plate Compactor, One (1) Unit Bagger Mixer, One (1) Unit Concrete Vibrator, Welding Machine, Hoisting Machine, 4x4 Pickup Service Vehicle) (the Contractor’s Major Equipment Units Which Are Owned, Leased And/or Under Purchase Agreements Must Be Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor During The Duration Of The Project, As The Case May Be Which Must Meet The Minimum Requirements) 9. Quotations Not Accompanied By The Documents Stated Shall Be Automatically Disqualified Ii. Additional Requirements To Be Submitted Within Five (5) Days From Opening Of Sealed Quotations: 1. Construction Schedule And S-curve 2. Pert/cpm 3. Manpower Schedule 4. Equipment Utilization Schedule 5. Construction Method In Narrative Form 6. Construction Safety & Health Programs Approved By Dole* *copy Of The Cshp Received By Dole May Be Initially Submitted Together With The Noa However, The Dole Approved Cshp Must Be Immediately Submitted Upon Approval. Ii. Implementation Schedule: The Project Should Be Completed Within Ninety (90) Calendar Days Starting From Receipt Of Notice To Proceed (ntp). Iii. General Conditions: 1. All Quotations Must Be Legibly Written. 2. Price Offers Exceeding The Approved Budget For The Contract (abc) Shall Be Automatically Disqualified. 3. Price Quotations Shall Be Duly Supported By The Bidder’s Detailed Computation Of Estimated Costs For Each Item. 4. Total Bid Offers Shall Be Inclusive Of Taxes Such As But Not Limited To Vat, Income Tax, Local Tax (such As Sand & Gravel Tax, Contractor’s Tax) And Other Levies. 5. Price Quotation Will Be Valid For Sixty (60) Calendar Days From Date Of Opening Of Sealed Quotations. 6. The Price Offered Shall Not Be Subject To Any Increase For Whatever Reason Including In Cases Of Devaluation/inflation During The Entire Duration Of The Contract. Iv. Awards Of Contract All Submitted Quotations Will Be Evaluated And Calculated Including Its Eligibility Requirements. The Bac Shall Recommend To The Head Of The Procuring Entity The Award Of Contract To The Contractor/supplier With The Single Or Lowest Calculated Responsive Quotation, Setting Forth The Names Of Those Who Responded To The Request For Quotations (rfq) With An Abstract Of Quotations. V. Performance Of Security 1. To Guarantee The Faithful Performance Of The Successful Bidder Of Its Obligation Under The Contract, It Shall Post A Performance Security Within Ten (10) Calendar Days From The Receipt Of Notice Of Award (noa), Which Shall Answer For Any Liability Arising From The Performance Of The Contract. 2. The Performance Security Shall Be Denominated In Philippine Pesos And Posted In Favor Of The Procuring Entity In An Amount Not Less Than The Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank. (the Cashier’s/manager’s Check May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) Ten Percent (10%) (b) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (the Bank Draft/guarantee, Or Irrevocable Letter Of Credit May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) 3. The Performance Security Posted In Favor Of The Procuring Entity Shall Be Forfeited In The Event It Is Established That The Contractor Is In Default In Any Of Its Obligations Under The Contract. Vi. Contract Signing 1. The Provincial Government Camarines Norte Shall Enter Into Contract With The Winning Bidder Upon Posting Of The Required Performance Security And Insurance Coverage. The Following Documents Shall Form Part Of The Contract: A. Contract Agreement; B. Terms Of Reference; C. Price Quotation Form Including The Detailed Cost Computation Of Estimated Costs; And D. Notice Of Award Vii. Notice To Proceed (ntp) The Provincial Government Of Camarines Norte Shall Issue The Ntp To The Successful Bidder Upon Approval Of The Contract By The Head Of The Procuring Entity. Viii. Contract Implementation: The Rules And Regulations And Other Aspect Of Contract Implementation Shall Be In Accordance With Annex E Of The 2016 Revised Irr Of Ra 984, Such As, But Not Limited To The Following: A. Variation Order-change Order/extra Work Order B. Additional/extra Work Costing C. Conditions Under Which The Contractor Is Start To Work Under Variation Orders And Receive Payments D. Advance Payment E. Progress Payments F. Retention Money G. Contract Completion H. Negative Slippage I. Liquidated Damages J. Suspension Of Work K. Extension Of Contact Time L. Accreditation Of Testing Laboratories M. Other Rules And Guidelines Viii. Warrant Security: 1. To Guarantee That The Contractor Shall Perform His Responsibilities As Prescribed In Section 62.2.3.1(a) Of This Irr, It Shall Be Required To Post A Warranty Security In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (not Less Than The Percentage Of The Total Contract Price) (a) Cash Or Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank. (the Letter Of Credit May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) Five Percent (5%) (b) Bank Guarantee Confirmed By A Universal Or Commercial Bank. (the Bank Draft/guarantee May Be Issued By Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument.) Ten Percent (10%) (c) Surely Bond Callable Upon Demand Issued By Gsis Or A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Thirty Percent (30%) 2. The Warranty Security Shall Be Denominated In Philippine Pesos, Remain Effective For One (1) Year From The Date Of Issuance Of The Certificate Of Final Acceptance By The Pgcn. Interested Contractors/suppliers May Obtain Further Information From The Provincial Government Of Camarines Norte And Inspect The Terms Of Reference At The Address Given Below From 8:00 A.m. To 5:00 P.m., Monday To Friday, Except Holidays. A Complete Set Of Request For Quotation Documents May Be Acquired By Interested Contractors/suppliers On September 27, 2024 At The Provincial Capitol Building, Daet, Camarines Norte And From The Website Of The Philippine Government Electronic Procurement System (philgeps) Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1000.00). The Procuring Entry Shall Allow The Contractor/suppliers To Present Its Proof Of Payment For The Fees In Person. The Provincial Government Of Camarines Norte Will Hold A Pre-negotiation Conference On October 1, 2024, 2:00p.m. At The New Bac Conference Office, At The Back Of Agro-sports Center, J. Lukban St., Daet, Camarines Norte, Which Shall Be Open To Prospective Contractors/suppliers. All Quotations Together With The Required Documents Must Be Placed In A Sealed Envelope Marked Construction Of Stage, Tagongtong Elementary School, Mercedes, Camarines Norte Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before October 3, 2024 At 1:30p.m. Late Bids Shall Not Be Accepted. Opening Of Sealed Quotations Shall Be On October 3, 2024 At 2:00p.m. Onwards At The New Bac Conference Office, At The Back Of Agro-sports Center, J. Lukban St., Daet, Camarines Norte. Bids Will Be Opened In The Presence Of The Contractors/suppliers Representatives Who Choose To Attend The Activity. For Further Inquiries, Please Coordinate With The Bac Secretariat The Address Below: Engr. Almirante A. Abad Head, Bac Secretariat Bac Office, Camarines Norte Agro Sports Center J. Lukban St., Daet, Camarines Norte The Provincial Government Of Camarines Norte Reserves The Right To Reject Any Or All Price Quotations, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Price Quotations, At Any Time Prior To Contract Award, Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Pgcn Assumes No Responsibility Whatsoever To Compensate And Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Price Quotations. Atty. Archimedes O. Yanto Provincial Legal Officer Bac Chairperson Price Quotation To: Atty. Archimedes O. Yanto Provincial Legal Officer Bac Chairperson Sir: After Having Fully Read And Accepted The Terms Of Reference For The Construction Of Stage, Tagongtong Elementary School, Mercedes, Camarines Norte, I Hereby Submit, In A Sealed Envelope, My Price Quotation, Along With The Required Documents And Detailed Computation Of Estimated Costs. Item No. Item Description/ Specifications/scope Of Work Quantity Unit Unit Cost Total Cost Name Of Project: Construction Of Stage Location: Tagongtong Elementary School, Mercedes, Camarines Norte Approve Budget For The Contract (abc): P 792,668.50 I Structure Excavation 11.79 Cu.m. Ii Embankment 24.75 Cu.m. Iii Column Footing, Wall Footing And Footing Tie Beam 2.34 Cu.m. Iv Rc Column 1.30 Cu.m. V Rc Beam 1.19 Cu.m. Vi Slab On Fill 55.08 Sq.m. Vii Roof Framing 1.00 Ls Viii Roof Tinning 35.75 Sq.m. Ix Painting Works 18.08 Sq.m. X Masonry Works 56.90 Sq.m. Xi Railings 1.00 Lot Xii Electrical Works 1.00 Lot Spl I Health And Safety 1.00 Lot Spl Ii Project Billboard 1.00 Lot Spl Iii Provision Of 4x4 Pickup Type Service Vehicle For The Engineer On Bare Rental Basis 0.50 Month Spl Iv Provision Of Field Office For The Engineer (rental Basis) 3.00 Months T O T A L In Words: If Our Bid Is Accepted, We Undertake To Provide The Required Performance Security. We Agree To Abide By This Bid For The Bid Validity Period Of One Hundred Twenty (120) Days And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award (noa) Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. _____________________________________ Name Of Firm/offeror _____________________________________ Printed Name And Signature Of Representative _____________________________________ Address _____________________________________ Telephone No./cellphone No./e-mail Address _____________________________________ Date
Closing Soon3 Oct 2024
Tender AmountPHP 792.6 K (USD 14.1 K)

Philippine National Oil Company - PNOC Tender

Energy, Oil and Gas...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Terms Of Reference 1. Project Description The Philippine National Oil Company (pnoc), Under Its Three Arrows Strategy, Is Revolutionizing Sustainable Energy Solutions By Spearheading Rooftop Solar Power Projects For Various Government Buildings. This Initiative Supports The Government's Strategy To Reduce Its Dependence On International Fuel Markets And Promote Renewable Energy Use. In Line With The Inter-agency Energy Efficiency And Conservation Committee (iaeecc) Resolution Of 07 July 2023, Government Entities, Including Government-owned And Controlled Corporations (goccs), State Universities And Colleges (sucs), And Local Government Units (lgus), Are Mandated To Install At Least 20% Of Their Electricity Requirements From Solar Photovoltaic (pv) Systems Or Equivalent Renewable Energy Technologies Within Three Years. Additionally, This Project Aligns With The Government Energy Management Program (gemp), Which Encourages A Minimum 10% Reduction In Electricity Consumption Across All Government Entities. By Ensuring Zero Export Of Energy To The Distribution Grid, This Forward-thinking Project Not Only Reduces Costs But Also Elevates Environmental Stewardship, Setting A New Standard For Green Energy In The Public Sector. Pnoc Invites Submissions From Reputable Organizations (referred To As "the Contractor") Capable Of Providing A Comprehensive Turnkey Solution Encompassing Engineering, Procurement, Construction, Commissioning, And Testing And Commissioning, And One-year Operations And Maintenance (referred To As "epctc") For The Project. The Project Shall Be Named “supply, Delivery, Installation, Testing And Commissioning Of 100kwp Solar Pv Rooftop System At National Food Authority Central Office”. The Project Site Is Located At Nfa Central Office, Visayas Ave., Quezon City. 2. Objectives Of The Contract The Intent Of The Terms Of Reference Is To Provide The General And Technical Requirements Necessary For The Implementation Of The Project. However, It Is The Contractor’s Obligation To Investigate And Validate All Information Herewith As Part Of Their Work To Be Undertaken. Thus, Any Discrepancies In The Tor In Accordance With Applicable And Generally Accepted Engineering And Construction Practices, Government Rules And Regulation And The Latest Industry Codes And Standards For Solar Pv Development Shall Not Relieve The Contractor Of The Accuracy Of Their Work. A. Define Project Scope: Clearly Outline The Scope Of Work For The Turnkey Epc (engineering, Procurement, And Construction) Contractor, Including Project Preparation, Procurement, Installation, Construction, Testing, Commissioning, And Operation And Maintenance (o&m). B. Establish Deliverables: Specify The Required Deliverables, Including Documentation, Performance Guarantees, And O&m Plans, To Ensure Comprehensive Project Execution And Accountability. C. Set Performance Standards: Provide Criteria For The Performance And Quality Of The Solar Pv Systems, Ensuring They Meet Industry Standards And Regulatory Requirements. D. Detail Compliance Requirements: Ensure The Epc Contractor Adheres To All Relevant Local, National, And International Regulations And Standards, Promoting Safety, Reliability, And Environmental Responsibility. E. Specify Evaluation Criteria: Establish The Criteria For Selecting The Epc Contractor, Focusing On Experience, Technical Expertise, Financial Stability, And The Quality Of The Proposed Solutions. F. Ensure Zero Export Compliance: Mandate That The Solar Pv Systems Operate With Zero Export To The Distribution Grid, Ensuring On-site Energy Optimization And Compliance With Regulatory Requirements. G. Provide Maintenance Guidelines: Include A Comprehensive One-year O&m Plan To Ensure The Longevity, Efficiency, And Optimal Performance Of The Installed Solar Pv Systems. H. Promote Transparency And Reporting: Require Regular Progress Reports From The Epc Contractor To Pnoc, Detailing Project Milestones, Challenges, And Resolutions, Fostering Transparency And Effective Project Management. 3. Approved Budget For The Contract (abc) Pnoc Has An Approved Corporate Budget In The Amount Of Six Million Three Hundred Ninety Thousand Pesos (php 6,390,000.00) For The Project. 4. Scope Of Works The Scope Of Work For The Contractor Includes: 4.1. Project Preparation The Contractor Shall Facilitate All Preliminary And General Works On Time So That Any Issues Or Problems Encountered Can Be Addressed. If The Contractor Fails To Timely Execute The Works, Then Any Delays Due To Pending Issues And Problems Shall Be Of The Contractor’s Account. ● Kick-off Meeting The Contractor Shall Schedule A Kick-off Meeting No Later Than Ten (10) Calendar Days Starting From The Date Of Commencement As Stated In The Ntp. The Kick-off Meeting Shall Be Held At Site To Discuss Mobilization And Construction Schedules And Other Details Necessary Prior Project Execution. All Key Personnel Must Be Available During The Kick-off Meeting. ● Mobilization The Contractor Shall Facilitate The Mobilization Of Manpower And Equipment, Including Operating Supplies And Tools Necessary For The Project Immediately After The Kick-off Meeting. ● Temporary Facilities And Storage/staging Area Contractor Shall Be Provided A Temporary Headquarters Immediately After The Kick-off Meeting. The Location Of The Headquarters And Storage/staging Area Shall Be Determined With The Consent Of The Building Owner. ● Site Survey And Assessment The Contractor Shall Undertake Its Own Site Survey, Verification, And Assessment, Including Actual Measurements Of Voltage, Current, Frequency And Power Quality For A Period Of Seven (7) Calendar Days Upon Mobilization, Identification Of Access, Etc., To Identify All Necessary Information About The Site Conditions And Design Parameters. Additionally, The Contractor Shall Perform An Energy Yield Assessment To Estimate The Potential Solar Energy Generation In The Installation Site The Assessment Shall Also Include Condition Of Roof And Existence Of Roof Leaks, And The Safety And Reliability Of The Existing Electrical System(s) And The Whole Installation, And Maintenance Concerns. All Findings And Necessary Engineering Intervention Shall Be Incorporated In The Detailed Project Designs And Engineering Plans And Shall Be Properly Addressed During Construction. ● Permits And Clearances The Contractor Shall Secure The Construction Permit, Safety Permit, Building Permit And Other Approvals, Clearances, And Licenses Necessary Prior To The Start Of Construction And Installation. The Contractor Shall Also Secure Necessary Permits/documents As Required By The Distribution Utility For The Installation Of The Rooftop Solar Pv System On The Installation Site. ● Detailed Project Designs And Engineering Plans The Contractor Shall Submit Detailed Project Designs And Engineering Plans No Later Than Ten (10) Calendar Days Starting From The Date Of Commencement Stated In The Ntp. The Detailed Project Designs And Engineering Plans Must Reflect All Additional Requirements And Information Needed Based On The Reviewed Preliminary Design Drawings. The Detailed Project Designs And Engineering Plans Shall Be Furnished Using Engineering Standard Templates, Adequate, Readable And Must Be Written In English. The Contractor Must Use Computer-aided Design And Drafting Software (cad) Or Equivalent. Likewise, Electronic Components With Built-in Programs And Software Shall Be Accompanied With Their Corresponding Programs And Ladder Logic Diagrams For Submission To Pnoc Prior To The Installation Of The Systems. The Detailed Project Designs And Engineering Plans Shall Be Signed And Sealed By Professional Engineers (electrical And/or Civil/structural Engineer), And Pnoc And Building Owner’s Authorized Representatives. Pnoc Shall Have The Right To Require The Contractor Additional Drawings Or Information As May Be Necessary. The Minimum Number Of Original Copies To Be Produced By The Contractor Shall Be 3 Sets Of A3 Size And 2 Electronic Copies Containing Cad And Pdf Files, As An Advance Copy. The Contractor Must Also Submit A Hard Copy As An Official Document. Pnoc Reserves The Right To Reproduce Any Drawings Or Documents Received From The Contractor As May Be Necessary. To Avoid Revisions, The Contractor May Submit First Draft Drawings Or E-file Via Email Before Printing The Detailed Project Designs And Engineering Plans. 4.2. Procurement The Contractor Shall Be Responsible For The Procurement Of All Equipment And Construction Materials, Including Consumables, Necessary To Complete The Project. All Delivered Equipment And Construction Materials, Including Consumables, Shall Be Subject To Testing And Inspection By Pnoc. Testing And Inspection Include Visual Checking, Measurement, Validation Of Specifications (in The Nameplates) And Other Applicable Testing Methods As Deemed Necessary. Pnoc Shall Release A Materials Inspection Report (mir) For The Findings Of The Inspected Materials. Any Damage Or Deficiency Shall Be Rectified Or Replaced By The Contractor Without Additional Charges To Pnoc. ● Equipment And Construction Materials The Contractor May Source All Equipment And Construction Materials, Including Consumables Locally Or Abroad Provided These Shall Conform To The Required Design Specifications And Standards. In Case Of Changes In The Source Of Supply Or Brand, The Contractor Shall Submit A Letter Of Request Stating The Reasons For The Changes For Pnoc’s Review And Approval. ● Factory Acceptance Test (fat) The Contractor Must Provide Any Proof That The Manufacturer’s Factory Or Fabricator’s Shop Has Passed The Fat For The Solar Panels And Inverters. All Related Testing Expenses Shall Be Of The Contractor’s Account. Receipt And Acceptance Of The Certified Test Reports And Inspection & Testing Certificate By Pnoc Shall In No Way Relieve The Contractor Of Its Responsibility. ● Handling And Delivery The Contractor Shall Perform Proper Packing, Loading, Transportation, Hauling And Unloading Of Equipment In Accordance With The Manufacturer's Standards And Recommendations. All Duties And Taxes Including Export Permits And Clearances, Insurances And Warranties Shall Be Of The Contractor’s Account. The Equipment And Construction Materials Shall Be Delivered Directly To The Project Site(s). The Contractor Shall Secure Handling And Delivery Manuals From The Manufacturer. The Contractor Shall Notify Pnoc For All Incoming Materials And Submit Delivery Receipt Upon Delivery For Inspection And Acceptance By Pnoc Prior To Installation. All Equipment Shall Be Delivered Unbroken, Not Deformed And Without Cracks And Scratches. In General, The Packaging Of The Equipment Shall Be Based On Generally Accepted Industry Practices Or Standards. Packaging Shall Be Adequate To Prevent Damage From Any Mechanical Stresses That May Occur And To Ensure Safety During Loading, Hauling, Unloading, Unpacking And Storage. Boxes Shall Contain Barcode Sheet/label Showing The Following Information: ✔ Name Of The Manufacturer; ✔ Model Number; ✔ Code No./serial Number; ✔ Product Barcode; And ✔ Manufacturing Date. ● On-site Storage The Contractor Shall Perform On-site Storage Of Equipment And Construction Materials In Accordance With The Manufacturer's Standards And Recommendations. Equipment Shall Be Placed At The Designated Storage/staging Area. The Contractor Shall Secure Equipment On-site Storage Manuals From The Manufacturer. 4.3. Installation And Construction The Contractor Shall Provide All Consumables, Tools, Equipment, And Manpower, Including Ppe, Necessary To Perform The Necessary Works. The Contractor Shall Only Be Allowed To Work At The Designated Area Agreed Upon With Pnoc To Avoid Any Interruptions To The On-going Operations And Activities At The Site. In Case Of Concrete Drilling Or Breaking, The Contractor Must Ensure That Such Work Shall Not Compromise The Integrity Of The Existing Structures. In The Case Of Painting, Appropriate Painting Shall Be Used For The Structures To Be Painted In Accordance With Applicable Standards. The Painting Shall Be Done With A Primer And Topcoat As A Minimum. In The Case Of Earthworks And Concreting, It Shall Be Performed In Accordance With Applicable Codes And Standards. Concrete Foundations Must Be Designed Using Applicable Mixtures And With Reinforcing Bars As Per Standards. The Pv System Shall Be Designed For Simple Mechanical On-site Installation With No Requirement For Welding Or Complex Machinery At The Site. In Extreme Cases Where Welding Or Machinery Is Necessary, The Contractor Shall Submit Welding Methodology. Welding Shall Be Tested As Per Standards. The Contractor Must Also Ensure Minimal Disruption To The Daily Operations Of The Installation Site. ● Pre-leak And Post-leak Test The Contractor Shall Conduct Pre-leak Test Prior To, And After The Installation Of Pv Modules And Appurtenances, Respectively. Schedule Of The Leak Test Shall Be Properly Coordinated With Pnoc And Building Owner Representatives. The Contractor Shall Submit A Leak Test Procedure For Review And Approval By Pnoc Prior To Execution. ● Work Permit The Contractor Shall Coordinate With Pnoc Representative For Every Work To Be Performed Prior To Execution. The Work To Be Performed Shall Specify The Following: ✔ Type Of Work, Such As: Hot Works/cold Work/working At Heights/confined Space/concrete Chipping/excavation Works; ✔ Target Start And End Dates; ✔ Methodology; ✔ Hazard Associated With The Works; ✔ Safety And Precautionary Measures; ✔ Equipment And Construction Materials With Attached Approved Brochures And/or Drawings; And ✔ Equipment, Tools, And Personal Protective Equipment (ppe). ● Mounting And Installation Of Equipment All Equipment Shall Be Mounted In Accordance With Engineering And Construction Standards And Practices And Manufacturers’ Recommendations And Standards And Safety And Health Standards. Spacing, Orientation, And Location Shall Be Based On The Approved Detailed Project Designs And Engineering Plans. ● Cabling And Raceway Routing Dc Cables Shall Be Housed In A Hot Dip Galvanized Cable Tray/ladder With Cover. All Ac Cables Shall Be Housed In Rigid Steel Conduit. Instrumentation And Communication Cables Shall Be Housed In A Separate Uv Rated Conduit. For Buried Cables, It Must Be Housed In A Pvc Pipe With Concrete Trench, Warning Tape Or Tiles Placed Above And Marking Posts At Suitable Intervals On The Surface. The Minimum Depth Of Burial Is 700mm Depending On The Location And Condition Of The Ground Surface. Cables Shall Occupy Less Than 66% Of The Raceway Space And Properly Loop, Not Too Tight To Avoid Any Damage To The Wires. Dc Cables Shall Be Installed In A Manner Which Minimizes Induction Loops Between Positive And Negative Cables. For String Cables, Large Loops Of Excess Dc Cabling Shall Be Avoided. The Raceway Shall Be Placed In A Manner That It Will Not Create Any Obstructions Or Hazards To Operations And Maintenance. The Contractor Shall Use Pull Box/junction Box On All Intersections And Sharp Curves Or Bends And Provide Rubber And Bushing On All Junctions And Endings To Avoid Cut In The Wire Insulation. The Contractor Shall Apply Silicone Sealant, As Applicable, On Raceway Openings To Prevent Access Of Dirt, Water, And Vermin. The Contractor Shall Comply With The Distribution Utility (du) Net-metering Requirements For The Cable Installation And Other Electrical Components. ● Grounding, Termination, And Interconnection All Equipment Shall Have Adequate Grounding. All Cables Shall Be Properly Dressed/secured/fixed And Terminated Using Terminal Lugs, Clamps, Crimps And Solder. There Should Be No Exposed Conductors To Avoid Short Circuits And Arc Flash. The Contractor Shall Request A Schedule For Shutdown For The Interconnection To The Existing Electrical Distribution System. The Contractor Shall Conduct A Torque Test After Termination And Interconnection. ● Lifting Appropriate Lifting Equipment Shall Be Utilized When Performing Heavy Lifting. Access Shall Be Identified To Avoid Obstructions. Schedule Of Lifting Shall Be Properly Coordinated With The Building Owner. ● Foundations And Structural Supports Structural Supports Necessary For The Mounting Of Equipment (e.g., Inverters, Enclosures, Transformers, Pv Modules, Etc.) Shall Be Made Of Hot Dip Galvanized Structural Steel Minimum Of 2 Mm Metal Thickness And Minimum Coating Thickness Of 3 Mils As Per Astm A 386 Or Equivalent. In Case The Galvanized Coating Is Damaged During Installation, The Supplier Shall Apply The Necessary Rectification In Accordance With Astm A 780-01 (standard Practice For Repair Of Damaged And Uncoated Areas Of Hot Dip Galvanized Coatings). Reinforced (with Deformed Bars) Concrete Blocks/ballast Or Foundations May Be Provided To Provide Stability. For Penetrated Supports, It Shall Be Non-corrosive, And Waterproof Using Flashings, Gasket Or Other Approved Chemical Sealing And Coating Material. In Case Of Concrete Penetration, The Anchor Bolts (dowel) Shall Be Made Also Of Hot-dipped Galvanized Or Equivalent. 4.4. Testing And Commissioning The Contractor Shall Conduct Testing And Commissioning For A Minimum Of Seven (7) Days Upon Completion Of The Installation Of The Pv System, To Be Witnessed By Pnoc And Representatives Of The Building Owner. The Schedule And Duration Of The Testing And Commissioning Shall Be Mutually Agreed By The Contractor, Pnoc And Building Owner. However, The Testing And Commissioning Activities Shall Be Satisfactorily Completed Within The Time Required Under The Contract. Any Corrections Resulted From The Error In The Workmanship Or Design Made By The Contractor Which Were Found During The Conduct Of Testing And Commissioning Or Prior To The Rooftop Solar Pv System Operation Thereon, With The Resulting Extra Expenses Due To Repair Or Cost For The Replacement For Damaged Equipment/materials Shall Be Solely Charged To The Account Of The Contractor. Testing And Commissioning Shall Be Performed In A Systematic Process Whereby All Systems And Equipment Are Tested And Brought Into Operation And Performed Interactively According To The Design Intent And In Accordance With The Performance Criteria Set Upon. Equipment And Accessories Shall Be Inspected To Determine The Completeness Of The Pv System And Conformance In Accordance With The Specifications. All Testing Instruments Including Consumables, Temporary Structures, And Manpower Required For The Testing And Commissioning Activities Shall Be Provided And At The Account Of The Contractor. The Contractor Shall Ensure That The Rooftop Solar Pv System Operates With Zero Export To The Distribution Grid By Configuring Inverters To Clip Any Excess Energy Generated. The Contractor Shall Also Arrange The Joint Inspection With The Representatives Of Distribution Utility And The Office Of Building Official (if Applicable) To Conduct Demonstration Of The Required Features Of The Rooftop Solar Pv System. This Is For The Eventual Acceptance Of The System By The Du And Lgu-obo By Furnishing The Necessary Certificates. Pnoc Shall Release A “certificate Of Project Completion” After The Testing And Commissioning Provided That All Works Have Been Performed And All Issues Have Been Addressed. ● Testing And Commissioning Plan The Contractor Shall Submit A Tcp/procedures Prior To The Conduct Of Testing And Commissioning For Pnoc’s Review And Approval. The Tcp Shall Include The Following Information: ✔ Itinerary (date) Of The Testing And Commissioning; ✔ Detailed Methodology And Step-by-step Procedures; ✔ List Of Tools And Equipment, Including Ppe, To Be Used; ✔ Manpower Requirement; ✔ Hazards And Safety Protocol; And ✔ Target Results Or Acceptance Criteria. ● Testing And Commissioning Works The Minimum Testing And Commissioning Shall Include The Following: ✔ Inspection And Calibration Of Tools And Testing Instruments; ✔ Visual And Physical (quality And Quantity) Inspection Of The Installed Equipment And Appurtenances; ✔ Torque Test Of All Terminations And Mounting; ✔ Continuity Test (open Circuit And Closed Circuit) Of All Breakers, Fuses, Switches, Protection Devices And Other Equipment With Circuitry; ✔ Insulation Test Of All Dc And Ac Wires Including Grounding (line-to-line And Line-to-ground); ✔ Open Circuit Voltage/ Short Circuit Current String Test; ✔ Polarity Test; ✔ Phase Sequence Test; ✔ Ac Operating Voltage Test; ✔ Inverter Synchronization Test; ✔ Inverter Frequency Test; ✔ Inverter Power Generation Test; ✔ Operating Voltage And Operating Current String Test; ✔ Thermal Scanning; ✔ Optimizer Device Functionality; ✔ Voltage Harmonic Rise - Should Not Be Greater Than 5% Or Inverter Specification (whichever Is Lower); ✔ Lighting Arrester Grounding And Counter Tests; ✔ Anti-islanding Test; ✔ Cease To Energize Test; And ✔ Other Necessary Tests The Minimum Tools And Equipment To Be Used Shall Include The Following: Torque Wrench; Clamp Meter; Irradiance Meter; Thermal Scanner; Power Quality Analyzer; 2-way Radios; Insulation Resistance Tester; Earth Ground Tester; And Lock-out/tag-out The Contractor May Use A Multi-function Instrument That Is Capable Of Performing The Testing And Commissioning Such As A Solar Pv Installation Tester. Personnel Who Will Conduct The Testing And Commissioning Shall Be Equipped With The Minimum Ppe: ✔ Safety Shoes (electrical Hazard Compliant); ✔ Safety Jacket; ✔ Safety Pants; ✔ Electrical Gloves (1kv); And ✔ Protective Eye Glass. The Contractor Shall Also Provide First-aid Kit And Fire Extinguisher (dry Powder). ● Testing And Commissioning Report The Contractor Shall Submit The Tcr After The Completion Of The Testing And Commissioning. The Tcr Shall Be Reviewed And Accepted By Pnoc And Building Owner Representative(s). 4.5. Operation And Maintenance The Contractor Shall Perform A One-year O&m Support To Pnoc. The Contractor Shall Provide A Comprehensive One-year Maintenance Plan, Which Shall Include, But Not Limited To, Daily Monitoring Of System Performance, Preventive Maintenance And Repair Works, Technical Support In Case Of Unforeseen Decreasing Pv System Performance, And End-user Training. The Training Shall Include, But Not Limited To Lectures And On-site Strategy Covering The Methods Of Operation, Maintenance, Basic Troubleshooting, And Management Of The Facility. All Costs And Expenses For The Training, Except Those Incurred By Pnoc Which Include, But Not Limited To Their Own Transportation And Accommodation Expenses, Shall Be Borne By The Contractor. A Corresponding Certificate Of Completion Shall Be Issued To The Participants In The Training. During The One-year O&m, The Epcc Contractor Shall Guarantee The Minimum Annual Production Of 110,000.00 Kwh For The Rooftop Solar Pv System. If Ever The Minimum Annual Pv Production Was Not Achieved Mainly Due To Uncontrollable Factors, Then No Penalty Will Be Imposed On The Contractor. However, If Defects In Any Of The System Components, Especially In The Inverters, Are Found To Contribute To The Performance Issues Of The Pv System, Then The Contractor Shall Pay A Corresponding Compensation Equivalent To The Total Amount Of Revenue Lost To Pnoc From The Declared Minimum Annual Production Guarantee Of 110,000.00 Kwh. Moreover, The Cost Of All Rework And/or Restoration Of Damaged Properties Due To The Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 5. Deliverables The Contractor Shall Ensure That The Following Deliverables Must Be Provided To Pnoc With Physical Copies As The Official Submission And Electronic Copies As Advance Submissions. Any Later Correction And Changes Found Necessary By Pnoc, And All Resulting Additional Costs And/or Delays Shall Be Of The Contractor’s Account. Pnoc Reserves The Right To Reproduce Any Drawings Or Documents Received From The Contractor As May Be Necessary. The Contractor Shall Provide All The Necessary Deliverables Before The Start Of The Testing And Commissioning, Except For The Deliverables That Need To Be Submitted At Earlier Date For Review And Approval Of Pnoc (e.g., Detailed Project Plan And Timeline, Site And Energy Yield Assessment Reports, Detailed Project Designs And Engineering Plans, And Procurement Records And Equipment Warranties). 5.1. Documentation ● Detailed Project Plan And Timeline ● Site And Energy Yield Assessment Reports ● Detailed Project Designs And Engineering Plans ● Procurement Records ✔ Bill Of Materials ✔ Shop/fabrication Drawings ● Installation And Commissioning Reports ● Wiring And Termination Diagrams ● As-built Drawings (power & Control Circuits) And Electronic Programs/ladder Logic Diagrams ● Equipment And O&m Manuals ● List Of Necessary Spare Parts, Tools, And Consumables ● Warranty Certificates Of The Solar Panels And Balance Of System (bos) And All Other Applicable System Components And Tools 5.2. Performance Guarantees ● Assurance Of System Performance Metrics ● Warranty And Maintenance Agreements 5.3. Operation And Maintenance (o&m) ● Detailed One-year O&m Plan ● Regular Maintenance Schedule And Procedures ● Immediate Response And Repair Protocols ● Performance Monitoring And Reporting ● List Of Necessary Spare Parts, Tools, And Consumables 6. Commencement Date And Period Of Implementation The Commencement Date Of The Project Shall Be Upon The Receipt Of Notice To Proceed (ntp). There Will Be Two (2) Main Activities For This Entire Engagement: The Epcc And O&m Support. The Duration Of The Epcc And O&m Support Shall Be Ninety (90) Days Maximum From The Receipt Date Of The Notice To Proceed And 365 Days From The Official Start Of Operation Of The 100 Kwp Rooftop Solar Pv System, Respectively. 7. Payment Terms Milestone Payments Will Be Adopted Where The Payment Shall Be Released Upon Reaching The Specific Project Milestone, To Ensure That These Conform To The Requirements Set For The Purpose. The Payments Are Subject To The Usual Government Accounting And Auditing Requirements. Hence, The Contractor Is Expected To Be Familiar With The Government Accounting And Auditing Manual (gaam). Project Milestone* Percentage Of Payment Completion Of Installation And Testing & Commissioning 90% Handover And Completion Of Training For Building Operators 10% *retention Money: 10% For Every Progress Billing. 8. Evaluation Criteria Bids Exceeding The Identified Approved Budget For The Contract (abc) Will Automatically Be Disqualified. The Selection Of The Contractor Will Be Based On: 8.1. Experience And Track Record In Similar Projects • Bidders Must Have Completed Solar Pv Contracts With Minimum Total Aggregate Installed Capacity Of 1 Mwp, Where At Least Two (2) Contracts Must Be Fully Operational For The Last Two (2) Years, From The Date Of Bid Submission. • Must Have A Philippine Contractors Accreditation Board (pcab) License (category B, Specialty – Electrical Works) • Must Be Compliant To The Iso 9001:2015 Standard On Quality Management System (qms). 8.2. Technical Expertise And Key Personnel The Contractor Shall Employ And Certify To Their Competency The Minimum Key Personnel Dedicated For The Project. Personnel Qty Qualifications Experience Project Manager 1 Shall Be Licensed Electrical Engineer ● Has Completed At Least Three (3) Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp) ● Minimum Of Three (3) Years’ Experience In Solar Project Management Electrical Design Engineer 1 Shall Be Licensed Electrical Engineer ● Has Completed At Least Three (3) Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp) ● Minimum Of Three (3) Years’ Experience In Design Of Solar Project Structural Design Engineer 1 Shall Be Licensed Civil Engineer ● Has Completed At Least Three (3) Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp); Minimum Of Three (3) Years’ Experience In Structural Integrity Assessment Project Site Engineer 1 Shall Be Licensed Electrical Engineer ● Has Completed At Least Three (3) Years Of Experience In Project Supervision Of Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp); Safety Officer 1 With Bachelor’s Degree And Either Bosh Or Cosh Certification ● Minimum Of Three (3) Years Of Experience In Construction. Qa/qc Engineer 1 Shall Be Licensed Electrical Engineer ● Minimum Of Three (3) Years Of Experience In Construction Of Solar Pv Projects. Testing And Commissioning Engineer 1 Shall Be Licensed Electrical Engineer ● Has Completed At Least Three ● (3) Years’ Experience In Testing And Commissioning Of Solar Pv Projects, One (1) Of Which With At Least 50% Of The Project Capacity (kwp); Must Have Adequate Knowledge In Inverter Programming Configuration And Programmable Logic Controllers. The Contractor May Nominate The Personnel In Dual Positions, Except For The Project Manager, For As Long As They Are Qualified And Capable Of Doing Multiple Tasks And With The Assurance That It Can Deliver The Work On Time Without Compromising The Quality. 8.2.1. Roles Of The Key Personnel ● Project Manager - Shall Be The Single Point Of Contact With Pnoc For All Matters Pertaining To The Project. The Project Manager Shall Always Be Available During Weekly Meetings And In Cases Where His/her Presence Is Needed. ● Electrical Design Engineer - Shall Be Responsible For The Engineering Design Of The Pv System. The Design Team Shall Always Be Available During Meetings Pertaining To The Design And Specifications. ● Structural Design Engineer – Shall Be Responsible For The Validation Of The Structural Integrity Of The Building(s). ● Project Site Engineer - Shall Be In-charge Of The Overall Supervision Of The Project Execution. The Project Engineer Shall Always Be Available At The Site During The Epcc. During The Three-year O&m Period, He/she Shall Conduct All Required O&m Activities For The Project. ● Safety Officer – Shall Ensure The Safety And Health Of All Personnel Involved In The Construction By Monitoring And Assessing Possible Hazards In The Area. ● Qa/qc Engineer – Shall Ensure That All Delivered Materials And Works Performed Are Within Standards And Specifications. ● Testing And Commissioning Engineer – Shall Lead The Proper Testing And Commissioning Of The Pv System. 9. Project Schedule As Part Of Bid Submission, The Contractor Shall Provide The Project Schedule, Which Should Include Key Milestones Such As: 9.1. Completion Of Site And Energy Yield Assessments. 9.2. Procurement And Delivery Of Equipment. 9.3. Completion Of Installation And Commissioning. 9.4. Handover And Training For Building Operators. 9.5. One-year O&m Period. The Contractor Shall Use Applicable Software Or Computer Programs In Presenting The Project Schedule. 10. Preliminary Design Drawings The Preliminary Design Shall Be Provided For The Rooftop Solar Pv System To Give An Overview Of The Project To Be Developed, As Part Of The Bid Submission Of The Contractor. This Must Be Adequate And Sufficient To Understand The Concept And Orientation Of The Pv System Being Proposed. Design Drawings Shall Be Submitted In A3 Size, Including, But Not Limited To The Following: Sheet Content Cover Page Project Title G / 1 List Of Drawings, Legend And General Notes G / 2 Project Location Map, Site Development Plan, Project Site Conditions And Technical Features E / 1 Tapping Point E / 2 Single Line/riser Diagram E / 3 Dc And Ac Load Schedule Calculation E / 4 Control And Monitoring System Topology E / 5 Solar Pv Array Stringing Plan E / 6 Dc, Ac And Communication Cable Routing Details E / 7 Proposed Grounding System Location And Wiring E / 8 Ct And Metering Installation E / 9 Lightning Arrester And Grounding S / 1 Solar Pv Array Mounting & Framing Details S / 2 Inverters Station And Tapping Point Station Details S / 3 Access Ladders/railings For Maintenance S / 4 Concrete Roof Deck Foundation And Calculation (as Needed) 11. Compliance To Industry Standards And Codes Without Limiting The Contractor’s Obligations, All Engineering And Construction/installation Works Performed, All Equipment Furnished, And All Tests Carried Out Under This Engagement Shall Be Undertaken In Accordance With Latest Industry Standards And Regulation, Including, But Not Limited To The Following: ● Grid Code Or Distribution Code ● Distribution Services And Open Access Rules (dsoar) ● Philippine Electrical Code (pec) ● National Building Code Of The Philippines (nbcp) ● National Fire Protection Association Standards (nfpa) ● National Structural Code Of The Philippines (nscp) ● Revised Fire Code Of The Philippines Of 2008 ● International Electrotechnical Commission (iec) Standards ● Underwriter’s Laboratories Inc. (ul) And/or Factory Manual (fm) Or Equivalent Standards 12. Weekly Construction Meetings And Progress Reports The Contractor Shall Conduct Weekly Construction Meetings To Be Held Either On Site Or Online And Provide Progress Reports. Progress Reports Must Be Submitted To Pnoc Also On A Weekly Basis, Which Shall Include Program Of Work, Materials Delivery Status And Accomplishment And Target Report. For Urgent Matters, Pnoc May Advise Emergency Meetings. ● Program Of Work – Shall Include Pert/cpm, S-curve, Bar Chart, Manpower, And Equipment Utilization Schedule. The Contractor Shall Utilize Applicable Software Or Computer Programs In Presenting The Program Of Work. ● Materials Delivery Status – Shall Reflect The Status Of All Materials Being Procured Including The Descriptions, Quantity, Name Of Suppliers, Purchased Order Number, Eta Site, Etc. ● Accomplishment And Target Report – Shall Be Presented In Ms Powerpoint Or Equivalent. It Should Include The Percentage Of Weekly Accomplishment, Safety Reports And Targets. In Case Of Delays Or Slippage, The Contractor Shall Provide A Detailed “catch-up” Plan. 13. Workmanship Workmanship Shall Follow The Iso 9001:2015 Standard On Quality Management System (qms). The Contractor Shall Accept Full Responsibility For Its Work In The Design, Specifications, Procurement, Fabrication, Manufacture, Construction, Erection, Installation, Calibration And Testing, Quality Control, Documentation, Testing And Commissioning And Performance Testing. The Contractor Shall Be Responsible For The Safety And Security Of Its Personnel Within The Project Site(s) And Provide Proper Personal Protective Equipment (ppe). The Contractor Shall Also Be Responsible For All Compliance With The Distribution Utility (du) And Energy Regulatory Commission (erc) Requirements To Attain Smooth Synchronization And Commercial Operation. The Contractor Shall Be Deemed Solely Liable For All Its Suppliers And Subcontractors And Shall Compensate Pnoc Against All Third-party Claims Or Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Supplied Equipment Or Any Part Thereof. 14. Certificate Of Acceptance Certificate Of Acceptance For Accomplished Works Shall Be Issued To The Contractor By Pnoc To Certify Its Successful Execution And Performance. ● A Certificate Of Partial Project Completion Shall Be Issued After The 90% Completion Of The Scope Of Work; And ● A Certificate Of Final Acceptance Shall Be Issued By Pnoc After The Completion Of The Defects And Liability Period And The Submission Of Warranty Certificates And Security. 15. Project Turnover The Project Shall Be Turned Over To Pnoc Upon Completion Of The Scope Of Work. The Contractor Shall Issue An Endorsement Letter For Proper Turnover. 16. Warranty Certificates The Contractor Shall Turnover The Warranty Certificates For The Following Structures And Equipment To Pnoc Prior To Issuance Of Certificate Of Final Acceptance: ● A Twenty-five (25)-year Linear Power Warranty From The Manufacturer On The Solar Pv Modules With At Least Eighty Percent (80%) Power Output Guaranteed At Twenty-five (25) Years. The Solar Pv Module Manufacturer Shall Confirm That The Warranty Applies On An “as Installed Basis,” I.e., It Will Confirm The Modules Were Installed According To Its Requirements And Specifications For Installation. ● A Fifteen (15)-year Warranty On The Permanent Structures Which Include Mounting And Racking Systems Used In The Rooftop Solar Pv System. ● A Ten (10)-year Warranty From The Manufacturer On The Solar Pv Modules. The Pv Module-manufacturer Shall Confirm That The Warranty Applies On An “as Installed Basis,” I.e., It Will Confirm The Pv Modules Were Installed According To Its Requirements And Specifications For Installation. ● A Five (5)-year Warranty From The Manufacturer On The Inverters. The Inverter Manufacturer Shall Confirm That The Warranty Applies On An “as Installed Basis,” I.e., It Will Confirm The Inverters Were Installed According To Its Requirements And Specifications For Installation. ● A One (1)-year Warranty For Safety And Protection Devices, Cables, Instrumentation, And Control/ Communication Devices Including Software, Ip Cameras And Web Portal And All Other Accessories Used In The Solar Pv System. 17. Defects And Liability Period Defects And Liability Period Shall Include Servicing Of Defective Goods And Services Under The Warranty Obligations And Conditions Stipulated In The Contract. Repairs, Troubleshooting, And Other After-sales Support To Commence Within Seven (7) Calendar Days Upon Receipt Of Notification From Pnoc. Replacement For Locally Available Components Shall Not Exceed Fifteen (15) Calendar Days Upon Receipt Of Notification From Pnoc. Replacement For Imported Components Shall Not Exceed Sixty (60) Calendar Days Upon Receipt Of Notification From Pnoc. 18. Spare Parts, Tools, And Consumables The Contractor Shall Supply The Necessary Spare Parts, Tools, And Consumables For The Installation, Testing And Commissioning, As Well As The Operation And Maintenance Of The Project. These Items Will Be Turned Over To Pnoc Upon Completion Of Testing And Commissioning. Particulars Qty Unit Electrical Pliers 6" 1 Unit Electrical Pliers 8" 1 Unit Long Nose Pliers 6" 1 Unit Long Nose Pliers 8" 1 Unit Side Cutter Pliers 6" 1 Unit Side Cutter Pliers 8" 1 Unit Allen Wrench (black Iron), Metric 1 Set Crimping Tools (rj45) 1 Unit Screwdriver (flat, 8") 1 Unit Screwdriver (cross, 8") 1 Unit Adjustable Wrench 1 Unit Combination Wrench (applicable Sizes) 1 Set Toolbox 20" (big) 1 Unit Clamp Meter (1,000volts; With Rogowski Coil) 1 Unit Vice Grip 8" 1 Unit Torque Wrench 3/8” Square Drive With Complete Set Of Sockets (solar Pv For Distribution Panel) 1 Set Portable Washer With Pump, 7.5mpa Pressure, 5 Liter/minute 1 Unit 16 Ton Quick Hydraulic Crimper Cable Plier Tool Kit, 16-300mm/11 Die 1 Unit Dry Chemical Fire Extinguisher (10 Pounds) 5 Unit Rj 45 Connector (100pcs Per Pack) 3 Pack Electrical Tape (0.16mm X 19mm X 8meters; Black) 10 Roll Cable Tie (uv Resistant; 12”; 100pcs Per Pack) 3 Pack Rubber Tape (18mm X 8meters; Black) 3 Length Others (please Specify, As Needed) 19. Allied Services 19.1. Markings And Labeling The Contractor Shall Provide Markings And Labelling On All Electrical Equipment (including Wires) In Accordance With Applicable Codes And Standards Or As Otherwise Agreed Upon With The Building Owner. Markings Shall Be Clearly Visible, Located Visibly On The Equipment, Constructed And Installed To Remain Eligible For The Whole Of The Design’s Life Of 25 Years. The Marking And Labeling Shall Be Compliant With The Following Codes: ● Pec Article 6.90 And Article 1.10 ● Ul 696 19.2. Safety Signages And Fire Extinguishers The Contractor Shall Provide Safety Signages As Per Standards Including Warnings For High Voltage, Cable Burial, Etc. The Contractor Shall Likewise Provide A Fire Extinguisher To Be Mounted Near Each Of The Identified Solar Array Stations, Inverter Station And Tapping Point Station As Per Design Drawings. 19.3. Power Supply The Contractor Shall Provide Power Supply, Complete With Protection Devices (e.g., Circuit Breakers, Avr, Etc.) For Equipment That Will Require Power Such As Poe Hub, Inverter Controller, Router, Etc. The Contractor Shall Identify The Location Of The Tapping Source And Request Permission To The Building Owner. 19.4. Water Source The Contractor Shall Coordinate With The Building Owner For The Location Of The Water Source To Be Used During Maintenance (e.g., Pv Module Cleaning). 19.5. Canopy In Case An Inverter Station Or Any Equipment Is Placed Outdoors, A Canopy Shall Be Provided As Per The Manufacturer’s Standards And Recommendation. 19.6. Access Platforms, Stairs And Safety Handrails The Contractor Shall Provide Access Such As Sufficient Portable Access Ladder Along The Pv Facility For Safety And Protection During Construction And Pnoc’s Operations And Maintenance. The Contractor Shall Provide Anchors At Strategic Locations For Safety Harnesses. 19.7. Relocation Or Modification Of Existing Structures The Pv System Shall Be Designed With No Requirement For Relocation Or Modification Of The Existing Structures. In Extreme Cases When Relocation Or Modification Of Existing Structures Is Necessary, The Contractor Shall Submit Modification Or Relocation Plan To Ensure That The Structures Shall Be Maintained, Restored Or Upgraded. 20. Available Data And Schedule Of Site Inspection Potential Bidders Can Access The Relevant Site Data (e.g., Electric Consumption Information, Plans, And Drawings) Via The Following Link: • Https://tinyurl.com/nfa-central-office The Site Inspection Is Scheduled For September 13 And 18, From 9:00 Am To 12:00 Pm. Bidders Must Inform Pnoc Representatives In Advance Using The Contact Details Provided Below: • Louie Aaron L. Razon: +639564761790 • Richard Miguel D. Allauigan Jr.: +639178460403 • Patrick Jose Iv V. Andaya: +639369318841 21. Technical Specifications And Standards 21.1. Design Calculations The Design Of The Pv System Shall Be For A Minimum Service Life Of Twenty-five (25) Years. Design Shall Consider Service Conditions That Will Affect The Performance Of The Solar Pv System Such As Irradiation, Uv Radiation, Temperature Variations, Rainfall Intensity, Humidity, Pollution Etc. Design Shall Be Able To Protect And Harness The Equipment From Natural Calamities Such As Earthquake, Tropical Typhoons, Cyclones And Wind Gustiness Prevailing In The Philippines. 21.1.1. Electrical Design Maximum Dc Voltage Per String Shall Not Exceed 1500 Volts At A Temperature Of 15 Degrees Celsius. Minimum Dc Voltage Per String Shall Be More Than The “minimum Input Voltage” Of The Inverter At A Temperature Of 50 Degrees Celsius. Minimum Dc Voltage Per String After 20 Years Shall Be More Than The “minimum Input Voltage” Of The Inverter At A Temperature Of 50 Degrees Celsius. Maximum Dc Power Per Array (combination Of Strings) Shall Be Less Than The Maximum Allowable Generator Power Of Inverter. Maximum Voltage Drop Between Equipment To Equipment Shall Not Exceed 1% On Dc System And 5% On Ac System. 21.1.2. Structural Design Seismic Loading Shall Be Selected To Ensure The Performance Criteria Set Out Below Are Achieved: ● All System’s Components Which Are Critical To The Generation Of Electricity Shall Remain Undamaged And Operational Following A Moderate Earthquake; ● In Case Of A Massive Earthquake, The Damage To Structures And Equipment Shall Be Limited To That Which Can Be Repaired Sufficiently Quickly For The Generation Of Electricity To Resume Safely Within Thirty (30) Days, Unless Otherwise The Main Building Has Collapsed; And ● Potential Costs Of Repair Or Replacement And The Duration Of Inability To Generate Electricity After A Large Seismic Event Shall Be Minimized. The Wind Resistant Design Required For The Facility Shall Be At Minimum Of 270 Kph. In Case The Basis For Wind Resistant Design In The Latest National Structural Code Of The Philippines (nscp) Is Higher, Then Nscp Shall Govern. 21.2. Minimum Pv System Components Specifications 21.2.1. Solar Pv Modules The Modules Must Follow The Iec 61215 Standards (i.e., Crystalline Silicon Terrestrial Photovoltaic Modules; Design Qualification And Type). These Shall Be Made Of Monocrystalline Material Solar Cells, Tested In Extreme Weather Conditions, And Equipped With Safety Protection Mechanisms. These Shall Also Have A Minimum Efficiency Of 17% At Standard Testing Conditions (stc). The Solar Pv Panels Supplied Must Include A Performance Warranty Guaranteeing No More Than 2% Efficiency Degradation In The First Year And No More Than 0.5% Annual Degradation Thereafter. At The End Of 25 Years, The Panels Must Still Produce At Least 85% Of Their Original Rated Power Output. The Solar Pv Modules Supplied Must Be Manufactured By A Tier 1 Manufacturer As Defined By Industry-recognized Standards Such As Bloomberg New Energy Finance (bnef) Or Equivalent. 21.2.2. Pv Mounting System The Pv Mounting System Shall Be Suited To The Environment And Atmospheric Conditions (e.g., Corrosion, Salt). Structures Shall Be Fixed, Metallic And Have Appropriate Design And Adequate Strength Which Can Withstand The Load Of The Modules, Cyclonic And High Wind Velocities As Applicable To The Site Condition. The Material Shall Be Robust And Non-corrosive, Made From Anodized Structural Grade Aluminum 6005 T5 And/or Stainless Steel Components Or Equivalent. Use Of Different Metals Shall Be Avoided Where Practically Possible To Prevent Galvanic Corrosion. The Structure Shall Prevent Water Accumulation. The Mounting System Must Be Compliant To As/nzs1170.2:2011amdt 2-2012 Standard Or Equivalent. 21.2.3. Inverter The Inverter To Be Used Shall Be String Type, Weatherproof And Equipped With A Safety Protection Mechanism. The Inverter Shall Be Compatible With The Existing Electrical System. The Inverter And Its Appurtenances Shall Be State-of-the-art With Energy Management And Communication System And Maximum Power Point Trackers (mppt) For Optimum Performance. The Inverter Shall Have Efficiency Of Not Less Than 98.5%, With A 10-year Guaranteed Service Life. It Also Must Have The Following Minimum Communication Specifications: Wlan/ethernet, Wi-fi, And 4g/3g/2g. The Mounting Shall Be Robust And Non-corrosive, Made From Hot-dipped Galvanized Structural Steel Or Equivalent. The Foundation Shall Be Fixed And Secured. The Inverter Shall Have Adequate Spacing, Free From Obstructions And Well Ventilated. 21.2.4. Inverter Controller The Inverter Controller Shall Be The Central Communication Unit For System Monitoring, Recording Data And Controlling. It Shall Be Capable Of Interconnection Of Other Measuring Devices Such As Solarimeter, Weather-meter, Etc. 21.2.5. Dc Combiner In Cases Where Design Requires The Need For A Dc Combiner, The Dc Combiner Shall Be Made Of Glass-fiber Reinforced Polyester Material Or Approved Equivalent. Enclosure Protection Shall Be Sealed, Dust Proof, Vermin, Waterproof And Sturdy – Compliant To Ip65/nema 3r Or Equivalent. Mounting May Be Wall-mounted Type Or Stand-alone Support. The Dimensions And Thickness As Per Manufacturer’s Standard. It Shall Be Rated 1500vdc Minimum. The Dc Combiner Shall Have Appropriate Cable Entry Points, With Cable Glands, Fitted For Input And Output Cables And A Lockable Door. The Dc Combiner Shall Be Equipped With Auxiliaries Such As Circuit Breakers, Surge Protection Devices And Grounding Terminals, Mounted On Din Rail Or Equivalent And With Adequate Spacing For Easy Termination And Testing. Auxiliaries Shall Conform To Iec Standards Or Equivalent. All Circuit Breakers And Fuses Shall Be Compliant With Iec 60947 Part I-iii, Is 60947 Part I-iii And En 50521 Or Equivalent. The Voltage Rating Shall Be A Minimum Of 1000vdc. The Ampere Trip/ampere Frame, Number Of Poles And Other Mechanical Parameters Shall Be As Per Design Standards. 21.2.6. Ac Combiner Enclosure Protection Shall Be Sealed, Dust Proof, Vermin, Waterproof And Sturdy – Compliant To Ip65/nema 3r Or Equivalent. Mounting May Be Wall-mounted Type Or Stand-alone Support. The Dimensions And Thickness As Per Manufacturer’s Standard. It Shall Be Rated 0.6/1kv Minimum. The Ac Collector Shall Have Appropriate Cable Entry Points, With Cable Glands, Fitted For Input And Output Cables And Lockable Doors. The Ac Collector Shall Be Equipped With Auxiliaries Such As Circuit Breakers (mounted On Busbar With Adequate Spacer) And Neutral And Grounding Terminal Mounted On Din Rail Or Equivalent And With Adequate Spacing For Easy Termination And Testing. Auxiliaries Shall Conform To Iec Standards Or Equivalent. All Circuit Breakers Shall Be Compliant With Iec 60947 Part I-iii, Is 60947 Part I-iii And En 50521 Or Equivalent. The Minimum Voltage Rating Shall Be Equivalent To Inverter Output Voltage. The Ampere Trip/ampere Frame, Number Of Poles And Other Mechanical Parameters Shall Be As Per Design Standards. 21.2.7. Transformer In Cases Where Design Requires The Need For A Transformer, The Transformer Configuration Shall Be Based On The System Configuration Or Topology Between The Inverter I.e., Tn-s, Tn-c, Tn-c-s, Tt And It And Grounding Configuration And Voltage. Depending On The Location, The Transformer Shall Either Be Outdoor Type Or Indoor Type In Compliance With Nema Or Ip Standards. The Compartment Shall Be Metal-enclosed And Non-corrosive. The Transformer Shall Be Dry-type, Self-cooled And Floor Mounted. The Foundation Shall Be Equipped With An Anti-vibration Pad Or Equivalent. The Transformer Shall Be Ul/iec Listed Or Equivalent. 21.2.8. Transient Voltage Surge Suppressor With Isolation Switch The Tvss Shall Be Capable Of Bi-directional Filtering Of Harmonics And Surges That May Be Created From The Pv System And From The Grid. The Surge Protection Devices Shall Be Compatible With The Existing Electrical System. The Ampere-interrupting Capacity (aic) Rating Of The Devices Shall Be Equal To Or Greater Than The Available Fault Current To Which They Might Be Subjected. Enclosure Protection Shall Be Sealed, Dust Proof, Vermin, Waterproof And Sturdy – Compliant To Ip65/nema 3r Or Equivalent. It Shall Be Rated 0.6/1kv Minimum. 21.2.9. Pv Generation (revenue) Meter Including Ct/pt And Terminals The Pv Generation (revenue) Meter Shall Be Digital Multi-function Power Meters Complete With Cts And Potential Fuses. The Meter Shall Conform To The Following Minimum Requirements: ● Iec Or Ansi Revenue Metering Standards (i.e., Class 0.3 Accuracy) And As Certified By Erc; And ● Capable Of Providing Outputs And Terminal Strips For Remote Monitoring And Data Acquisition Using Rs485 Or Equivalent. The Meter Shall Be Boxed In A Standard Enclosure With A Viewing Window Made Of Fiberglass Or Equivalent. 21.2.10. Ecb Main Disconnect Switch The Enclosed Circuit Breaker Shall Act As The Main Fault Current Protection Device And Disconnect Switch To Isolate The Solar Pv System From The Existing Electrical System. Enclosure Protection Shall Be Sealed, Dust Proof, Vermin, Waterproof And Sturdy – Compliant To Ip65/nema 3r Or Equivalent. The Dimensions And Thickness As Per Manufacturer’s Standard. It Shall Be Rated 0.6/1kv Minimum. The Circuit Breaker Shall Be Compliant With Iec 60947 Part I-iii, Is 60947 Part I-iii And En 50521 Or Equivalent. The Minimum Voltage Rating Shall Be Equivalent To System Voltage. The Ampere Trip/ampere Frame, Number Of Poles And Other Mechanical Parameters Shall Be As Per Design Standards. 21.2.11. Cables Pv Cables Shall Be Copper Type. It Shall Be Uv-rated, Sunlight-resistant, Water-proof Protection And Manufactured Under Ul Standard. It Shall Be Designed And Manufactured In Accordance With: ● Iec 60811: Insulation And Fire Protection ● Iec 60227 And Iec 60502: Design ● Iec 60228: Conductors ● Ul 1581 (xeno-test), Iso 4892-2 (method A) Or Hd 506/a1-2.4.20: Dc Solar Cables All Power Cables Shall Be Of Xlpe Insulated With Pvc Sheathed, 0.6/1kv Single Or Multicore, Stranded Copper Conductor. The Conductor Shall Be Made From Electrical Purity Copper For Power Cables And Annealed High Conductivity Copper For Control Cables. Conductors Shall Be Stranded For Copper Power Cables And Solid For Copper Control Cables. All Cables Shall Be Designed To Withstand The Mechanical, Electrical, And Thermal Stresses Under The Steady State And Transient/ Fault Conditions. All Cables Shall Be Suitable For High Ambient Temperature, High Humidity And Tropical Climatic Conditions. All Cables Shall Be Color Coded As Per Iec 60364 And Should Be Provided With Tag/marking. All Cable Ties Should Be Uv Protected And Can Withstand High Heat Stress Without Damaging The Cables. Cable Ties Shall Conform To En50146 And Iec 62275 Standards. Cables To Be Supplied Are Categorized As Follows: Particular Description Requirement Pv String Cables Cables From Pv Strings To Dc Enclosures Must Be 2 X 6mm2 Dc Enclosure Cables Cables From Dc Enclosures To Inverters As Per Pec Standards Inverter Cables Cables From Inverters To Ac Collector As Per Pec Standards Ac Collector Cables Cables From Ac Collector To Transformer As Per Pec Standards Transformer Cables Cables From Transformer To Ecb For Disconnect Switch As Per Pec Standards Tapping Point Cables Cables From Ecb For Disconnect Switch To Tapping Point As Per Pec Standards Grounding Cables Cables For Grounding As Per Pec Standards Neutral Cables Cables For Neutral As Per Pec Standards Communication Cables Cables For Controls And Monitoring Utp, Ethernet, Cat5/cat6 Power Supply Cables Cables For 220-240v Power Supply As Per Pec Standards 21.2.12. Raceways (cable Trays, Conduits, Pvc Pipes And Fittings, Accessories) Cable Trays And Fittings Shall Be Hot-dipped Galvanized With A Minimum Of 2mm Thickness In Accordance With Iec Standards Or Equivalent. Conduit Shall Be Rigid Steel In Accordance With Iec Standards Or Equivalent. Pvc Systems That Are To Be Buried Underground Shall Conform To Iec 61386 Part 24 Standards Or Equivalent. Raceways Shall Be Color Coded As Per Standards Or As Per Existing Color Coding Of The Building. 21.2.13. Lightning Arrester And Grounding System The Lightning Protection Shall Be Made Of Conventional Lightning Protection Or The Early Streamers Emission (ese) Type. It Shall Be Equipped With A Lightning Strike Counter. The Protection Radius Shall Cover The Whole Solar Pv Facility. The Grounding System Shall Have A Maximum Resistivity Of 5 Ohms. The Size And Diameter Of Bare Copper And Grounding Rod Shall Be As Per Standard. The Safety Protection Devices Shall Provide Optimum Filtering In Relation To The Specification Of Inverter And Pv Panels. The Surge Protection Device Shall Be Compact And Shall Comply In Accordance With The Ul 1449 3rd Edition Testing, Ansi/ieee C62 And Ansi/ieee Std. 1100-1999 The Surge Protection Devices Shall Be Compatible With The Existing Electrical System. The Ampere-interrupting Capacity (aic) Rating Of The Devices Shall Be Equal To Or Greater Than The Available Fault Current To Which They Might Be Subjected. The Grounding Wires Shall Be Placed In A Standard Uv-rated Pvc Or Equivalent. 21.2.14. Pv Monitoring And Data Acquisition System (internet Connection) The Pv Monitoring And Data Acquisition System Shall Be Capable Of Both Remote And Onsite Access And Monitoring Via A Subscription-free Online Platform. The System Shall Be Able To Provide The Following Minimum Data: ● Energy Generation (kwh); ● Power (kw); ● Power Factor; ● Voltage; ● Current; ● Irradiance; ● Weather; And ● Temperature The System Shall Be Capable Of Detecting Failures And Fault Conditions. Data Transmission Shall Be Real-time And Shall Be Equipped With Safety And High-security Protocol. The Data Shall Be Displayed In Graphical Trends And In Figures. Historical Data Shall Be Available For A Minimum Of One (1) Year. 21.2.15. Cctv/ip Surveillance Camera The Cctv/ip Surveillance Camera Shall Be Capable Of Onsite Monitoring, Continuous Recording, And Remote Access And Monitoring Via A Subscription-free Online Platform. Viewing Shall Be Real-time And Can Operate 24/7. Video Recording Shall Be Capable For A Minimum Of One (1) Month. The Camera Shall Be Robust, Weatherproof And With High-resolution. Type Fixed Bullet Video Camera 2 Units Resolution 1080hd Enclosure Weatherproof, Outdoor Ip65 Or Equivalent, Minimum Hard Disk Drive 2tb Sata 6.0gb/s Cache 64mb Surveillance Type Nvr Minimum 8 Channel Ip Camera, Resolution Minimum Of 1920x1080 Poe Hub/switch 8 Ports Cpe/router/modem 1 × Usb 2.0 Port For Connecting 4g/3g Modem As Wan Backup; 4 × Gigabit Wan/lan Ports; Non-wifi Router 21.2.16. Communication And Control Cables, Radio Transmission Or Fiber Optics Or Equivalent If Long Distance Controls Are Needed, A Radio Transmission Or Fiber Optics Or Any Equivalent Communication Protocol May Be Used. In The Case Of Wireless Communication, It Shall Be Equipped With Reliable Communication Equipment Such That It Will Not Create Unacceptable Delays And Interference That Would Compromise The Operability Of The Whole System.
Closing Soon1 Oct 2024
Tender AmountPHP 5.6 Million (USD 101.7 K)

Philippine National Oil Company - PNOC Tender

Philippines
Details: Description 1. Background In 2023, Bataan’s Provincial Government Launched The Green Mobility Program As Part Of Project Transform Of The Department Of Environment And Natural Resources (denr) In The Province. As Part Of This Initiative, Six Electric Vehicles (e-vehicles) Were Blessed And Turned Over To The Metro Bataan Development Authority (mbda) And Provincial Disaster Risk Reduction And Management Office (pdrrmo). In Furtherance Of Its Commitment In Promoting Sustainable Development And Environmental Protection, The Provincial Government Of Bataan (pgb) Aims To Install A 80kw Fast-charging Station At The Bataan Tourism Center In Balanga. This Initiative Also Supports The Electric Vehicle Industry Development Act (evida), And The Green Energy Management Program (gemp) Of The National Government. Currently, There Are Six Electric Vehicles Acquired By The Province For Patrol Services And The Provision Of Services To The People. These Vehicles Include Four (4) Volkswagen Id6 Cruzz Long Range Pro Versions; And Two (2) Byd Dolphin Models. There Are Plans Of Procuring Additional Four (4) Evs For The Sangguniang Bayan Office And Mbda In May 2024. The Bataan Provincial Government Is Currently Using Slow Charging Stations For Their Electric Vehicle (ev) Fleet, Requiring A Full Night To Charge Each Vehicle. Data Indicates That Evs Are More Economical Than Traditional Fuel-powered Vehicles. However, For Enhanced Efficiency And Time-saving, Particularly For Evs Deployed In Patrol And Emergency Response Roles Throughout The Province, There Is A Pressing Need To Upgrade To Fast Charging Infrastructure. The Installation Of A Fast-charging Station At The Bataan Tourism Center Will Address The Range Anxiety Of Ev Users, And Will Promote The Adoption Of Electric Vehicles. Bataan, As Our Industrial Park Host Province, Plays A Crucial Role In Our Current And Future Business Operations. The Cooperation Of Bataan Is Essential Not Only For Our Existing Business But Also For The New And Renewable Energy Resource Development Projects That Pnoc Will Be Embarking On In The Province. Pnoc Would Like To Showcase Its Commitment To Corporate Social Responsibility By Supporting The Necessary Infrastructure For These Electric Vehicles, Including The Charging Equipment, Infrastructure Support, Canopy, Signage, Cabling, And Network Connection. 2. Objectives 1. To Support The Adoption Of Electric Vehicles In Bataan By Providing An Express Charging Infrastructure. 2. To Reduce Carbon Emissions And Improve Air Quality In The Province. 3. To Promote Sustainable Development And Environmental Stewardship In Line With National And Local Government Policies. 3. Technical Specifications Item Qty. Unit Approved Budget Contract (abc) Mode 4, 80 Kw Evcs, Including 2 Spare Charging Cables 1 Unit Php 2.8 Million Specifications Mode 4 Evcs, 80kw (dc) General A. Rated Power 80 Kw Or Higher B. Number Of User Terminal One (1) For Each Electric Charging System C. Display Language English D. Charging Interface Ccs Combo 2 And Gb/t Dc E. Number Of Charging Gun And Cable Two (2) Charging Gun And Cables Other Requirements For The Evcs: General A. Casing Anti-corrosion Painted Steel Or Equivalent B. Minimum Ingress Protection Ip54 C. Charging Cable Minimum Length 5 Meters D. Connectivity Capable Of Connecting To The Internet E. Communication Protocol Open Charge Point Protocol (ocpp) 1.6 Or Equivalent Protective Function Overcurrent Protection, Surge Protection, Ground Fault Detection, Leakage Detection Equipped On/off Switch Equipped Emergency Stop Button Equipped Installation Installation Including Civil Works And Electrical Works Necessary To Install All Equipment And Chargers; As Applicable. Includes Separate Circuit Breaker; Canopy And Signage Materials And Network Connection Equipment. Documents / User’s Manual Instruction Manual For Operation And Maintenance In English Evcs And Location The Delivery And Installation Site Shall Be At The Bataan Tourism Center, Balanga, Province Of Bataan Training And Awareness Two-day (2) Training For Selected Pnoc And Pgb Personnel Who Will Handle The Operation Of The Evcs Including Operation, Troubleshooting, And Preventive Maintenance Of The Evcs. 4. Scope Of Works By The Winning Bidder ● Conduct A Kick-off/inception Meeting For The Installation Of The Chargers Before The Commencement Of The Installation And Set-up Service. ● Prepare Plans/blueprint And Layout Of The Evcs Infrastructure. The Said Documents Shall Be Reviewed By The End-user For Approval. ● Provide The End-user With The Pre-built And As-built Site Development Plan, Electrical Plan, Mechanical Plan, Civil Work Plan, And Architectural Plan Necessary For The Execution Of This Project, As Applicable, Duly Signed By The Respective Licensed Professional Engineers And Architect. ● Provide A Turnkey Basis On The Supply, Delivery, Installation, Testing, And Commissioning Of The Evcs. ● Provide A 2-year Free After-sales Services Which Include But Not Limited To The Following: A. 24-hour Customer Support B. Routinary Diagnostic Checkup Of The Unit C. Troubleshooting And Repair (for Both Hardware And Software) D. Technology Transfer To Selected Pnoc And Pgb Personnel ● Provide A Free Bi-annual Maintenance Checks For The Evcs. ● Provide The Meter/sub-meter For The Evcs. 5. Other Terms And Conditions ● All Bidders Are Required To Conduct Ocular Inspections At The Same Time (date To Be Determined), At The Proposed Evcs Site To Be Assisted By The End-user For Bidders To Determine All Cost And Work Inclusions In The Implementation Of The Project. ● The Bidder Confirms That They Have Inspected The Site Where The Work Will Be Performed And Is Fully Aware Of The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; Pnoc Shall In No Way Be Responsible For Any Costs Or Expenses Which May Be Incurred On Account Of Failure Of The Bidder To Make An Accurate Examination Of Present And/or Assessment Of Future Factors That May Affect The Cost Of Execution. ● The Bidder Must Also Include An “affidavit Of Undertaking” In Its Bid Information To Demonstrate Its Capacity To Provide After-sales Service. ● The Price Quoted Should Be Firm And Irrevocable And Not Subject To Any Change Whatsoever, Even Due To The Increase In The Cost Of Raw Materials, Components And Fluctuations In Foreign Exchange Rates And Excise Duties. Should The Bid Goods Be Rendered Obsolete Or Phased Out By The Manufacturer, The Upgraded Or Newer Version Shall Be Delivered At No Additional Cost To The End-user. The Winning Bidder Should Warrant That All Goods, Vehicles, Equipment, Parts And Components Shall Be Brand-new (unused), Not Cloned Nor Imitation, Whatsoever, And If Found So, Shall Be Replaced Immediately With No Additional Cost To Pnoc. ● One Hundred Percent (100%) Of The Contract Price Will Be Processed Upon Satisfactory Completion Of The Delivery, Installation, Commissioning, And Presentation Of Pnoc Acceptance. ● The Bid Price Must Be Inclusive Of All Costs (insurance, Freight, Brokerage, Duties, Taxes, Etc.) Attendant To The Delivery, Installation And Commissioning Of The Items At Pnoc. ● The Winning Bidder Must Carry Out Necessary Works For The Construction Of The Charging Station Such As, But Not Limited To, Electrical Wiring That Will Be Affected By The Construction Of Evcs Roof/awning Shed And Parking Area By The Pgb, Etc. ● The Winning Bidder Must Conduct Installation Of The Fast Charger In Accordance With Standards, Manuals, Etc. ● The Winning Bidder Must Conduct Installation Of At Least One (1) Outlet Capable Of Safely Servicing Ev On-board Charger. ● The Winning Bidder Shall Conduct Testing Prior To The Operational Commissioning, Including The Power Tie-in To Connect The Evcs To The Main Electrical Supply. ● The Winning Bidder Must Provide At Least A Two-day (2) Training For Selected Pnoc And Pgb Personnel Who Will Handle The Operation Of The Evcs Including Operation, Troubleshooting, And Preventive Maintenance Of The Evcs. ● The Winning Bidder Must Provide Two (2) Years Warranty Against Factory Defects On The Ev Charger Unit And Faulty Workmanship On Installation Which Shall Commence 2 Years After Signing Of Acceptance Certificate. The Winning Bidder Should Warrant That All Components Are New, Of First-class Quality, According To Specifications, And Free From Defects. The Defects, If Any, Shall Be Rectified Or Replaced Free Of Charge. ● The Winning Bidder Shall Be Responsible For Providing Claims, Doing Or Arranging Parts Replacement And Servicing For The Warranty During The Warranty Period. The End-user Shall Not Be Redirected By The Winning Bidder To Other Entities Including Suppliers Or Oems (original Equipment Manufacturers) In Executing The Warranty. ● The Winning Bidder Must Provide A Free Mobile Application, To Be Used For Monitoring And Payment Purposes (if Applicable). ● The Winning Bidder Must Submit Primary Material Manufacturer’s Brochures/catalogue, Manuals And Warranty Certificate For The Evaluation Of The Charging Unit And Its Ancillary Parts Prior To Installation As Proof That The Charging Unit And Its Ancillary Parts Are Brand New. ● The Winning Bidder May Avail Itself Of A Designated Area To Be Used As Temporary Facility/storage/administration Area In Connection With The Project. This Staging Area Must Be Boarded-up With A Minimum Height Of 8 Feet And Must Be Returned To Its Original State Upon Completion Of The Project. Any And All Materials, Tools, Supplies, Equipment And The Like Inside The Staging Area Premises Are The Responsibility Of The Winning Bidder, Whereby The End-user Shall Not Be Liable For Any Loss Or Damage Thereto. ● The Winning Bidder Shall Be Liable For All Fire And Accident Claims And Other Related Claims Arising From Injuries And Damages, Which May Occur In Relation To The Execution Of The Project. ● The Winning Bidder Shall Hold The End-user And Pnoc, Including Its Personnel, Free From Any And All Liabilities For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Winning Bidder Including Any And All Expenses Which May Be Incurred By The End-user And Pnoc, Including Its Personnel, In The Defense Of Any Claim, Action Or Suit And In Connection With, Resulting From Or By Reason Of The Performance Of This Project. ● The Winning Bidder Shall Submit A List Of Personnel Assigned To The Project Before Commencing The Above Scope Of Works. ● The Winning Bidder Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All Existing Conditions At The Site. No Consideration Will Be Given To Any Alleged Misunderstanding Or Misinterpretation Of The Specifications And Materials To Be Used Or Work To Be Done. ● The Winning Bidder Shall Follow All The House Rules And Regulations Upon Entering The Premises Of The End-user And Are Required To Wear The Proper Ids, Uniforms And Safety Gear/equipment At All Times. ● The Winning Bidder Is Required To Coordinate All Activities And Work Relative To The Project With The End-user’s Authorized Representative For Proper Coordination And Monitoring. ● Tapping Of Equipment And Other Related Work Shall Be Properly Coordinated With The End-user’s Designated Representative For Provision Of Electrical Power Source Of Outlets. ● The Cost Of Any And All Rework And/or Restoration Of Damaged Properties Due To The Winning Bidder’s Poor Workmanship Or Negligence Shall Be Borne By The Winning Bidder. ● All Works Shall Be Done In Accordance With The Occupational Safety And Health Standards As Dictated By The End-user. ● The End-user Shall Not Provide Any Accommodation/ Transportation For The Engineers/representatives For Attending Commissioning And Demonstration Work. It Is The Absolute Responsibility Of The Winning Bidder To Make Their Own Arrangements. ● The Work Shall Be Executed In The Best Thorough Manner Throughout The Project Timeline To The Satisfaction Of The End-user And Pnoc, As Represented By Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject Any Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance With The Specifications And/or Description As Provided Herein And Are Deemed Disadvantageous To The End-user And To Pnoc. 6. Eligibility ● The Supplier Must Be A Doe Accredited Evcs Provider And Shall Provide All The Necessary Government Permits And Licenses In Performing Their Obligations Under This Document. ● The Bidder Must Be Legally Incorporated Or Organized As A Legal Entity Under The Philippines’ Existing Laws And Regulations. 7. Delivery Terms ● The Delivery Period Of The Goods Shall Be Within 60 Calendar Days, Upon Receipt Of The Approved Notice To Proceed (ntp). ● The Delivery And Installation Site Shall Be Located In A Location Determined By The End-user: • Bataan Tourism Center, Roman Highway, City Of Balanga, Bataan 8. Completion Of Installation ● The Installation Works Must Also Be Completed Within Sixty (60) Calendar Days Following Receipt Of The Notice To Proceed (ntp). ● Work Schedule Is From 8:00am To 5:00pm On Weekdays, Weekends And Holidays ● The Winning Bidder Shall Commence Work On The Agreed Start Date And Shall Carry Out The Work In Accordance With The Program Of Work Submitted By The Bidder And Approved By The End-user And Shall Complete The Work Within The Number Of Calendar Days Specified Herein. ● Delays Due To Work Stoppage Ordered By The End-user Shall Not Be Counted Against The Set Completion Date. 9. Payment The Payment Terms Must Adhere To Republic Act No. 9184 Or The Government Procurement Reform Act. 10. Inspection And Testing ● The End-user May Reject Any Goods Or Any Part Thereof That Fail To Pass Any Tests And/or Inspections Or Do Not Conform To The Specifications As Specified In This Tor. The Winning Bidder Shall Immediately Rectify Or Replace Such Rejected Goods Or Parts Thereof At No Additional Cost. ● The Winning Bidder Must Conduct An Operational Demonstration Of The Goods As Part Of The End-user Acceptance. ● If Any Item Of Work Or Materials, Which Is/are Necessary For The Completion Of The Work And Full Operation Of The Charging Unit And Its Ancillary Parts As Outlined Herein, Has/have Been Omitted, Such Item Must Be Provided/included By The Winning Bidder To Complete The Work And Fully Operate The Charging Unit. 11. Warranty • In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. • The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 12. Repair And Maintenance The End-user Shall Notify The Winning Bidder In Writing Whenever Repairs Need To Be Done And Shall Act And Conduct The Assessment Within One (1) Day Upon Receipt Of The Notice. The Repair And Maintenance Shall Be Completed Within The Maximum Period Of Three (3) Days. Should The Repair/maintenance Require A Longer Period, The End-user Should Be Notified In Writing Of The Reason And The Completion Period Which Is Subject To Approval/concurrence With Service Vehicle Replacement As May Be Required.
Closing Date8 Oct 2024
Tender AmountPHP 2.8 Million (USD 50 K)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Invitation To Bid (cw-09-2024-022) 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 : 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 Building/facilities, Construction Of Lipa City-mataasnakahoy Diversion Road, Package H, Batangas Contract Id No. : 25dd0013 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 405.00 L.m. 6-lane Road With Width Of 30.00m And Thickness Of 0.30m Including Slope Protection Using Cribwall And Mechanically Stabilized Earth Wall Structure Vegetated Facia, Drainage, Sidewalk, Bicycle Lane And Solar Streetlights Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers, Construction Of Revetment Along Lawaye River, Balagbag-pinagbayanan Section, San Juan, Batangas Contract Id No. : 25dd0014 Project Location : San Juan, Batangas Scope Of Works : "section I (pinagbayanan) : Construction Of 143.70 L.m. Revetment Using Z-type Steel Sheet Piles Foundation Including 0.80m Dia. Bored Pile And Cribwall With Height Of 3.34m Section Ii (balagbag) : Construction Of 31.00 L.m. Revetment Using Z-type Steel Sheet Piles Foundation Including 0.80m Dia. Bored Pile And Cribwall With Height Of 6.18m" Approved Budget For The Contract : Php 96,564,655.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 293 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Tubig Ng Bayan River, Poblacion And Banaba Section, Padre Garcia, Batangas Contract Id No. : 25dd0015 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 702.00 L.m. Revetment On Upstream Using Stone Masonry With Height Of 6.00m Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 57,900,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 192 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure, Barangay Manggas, Padre Garcia, Batangas Contract Id No. : 25dd0016 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 492.70 L.m. Revetment On Upstream Using Stone Masonry With Height Of 6.00m Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 39,200,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 154 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.5 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 Pinagtongulan, Lipa City, Batangas Contract Id No. : 25dd0017 Project Location : Lipa City, Batangas Scope Of Works : "construction Of 657.10 L.m. Total Net Length Of Road With Thickness Of 0.20m Section 1 : Construction Of 153.60 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section 2 : Construction Of 23.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 5.30 L.m. Grouted Riprap With Height Of 1.60m At Left Side Section 3 : Construction Of 41.30 L.m. Road With Width Of 3.60m And Thickness Of 0.20m Section 4 : Construction Of 94.20 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section 5 : Construction Of 92.70 L.m., 13.30 L.m. And 58.10 L.m. Road With Width Of 2.70m, 2.90m And 3.00m Respectively And Thickness Of 0.20m Section 6 : Construction Of 118.70 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Installation Of 4.00 L.m. 610mm Dia. Rcpc Cross Drain With Headwall Section 7 : Construction Of 62.20 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.6 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 (barangay Hall), Barangay Poctol, San Juan, Batangas Contract Id No. : 25dd0018 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Finishing Works, Plumbing Works, Sanitary Works, Installation Of Ceiling, Finishing Hardware, Installation Of Doors And Windows, Painting Works, Tile Works, Roofing Works, Railings, Electrical Works, Installation Of Pole Mounted Distribution Transformer, Lighting Fixtures, Electrical Roughs-ins, Panelboard, Mechanical Works, Airconditioning Unit And Water Pumping System Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.7 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 San Isidro, Lipa City, Batangas Contract Id No. : 25dd0019 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 80.00 L.m. Widening Of Road With Varying Width Of 0.90m To 2.80m And Thickness Of 0.20m; Construction Of 60.00 L.m., 133.80 L.m. And 61.20 L.m. With Width Of 5.00m, 3.00m And 4.50m Respectively And Thickness Of 0.20m Including Embankment And Slope Protection Using Grouted Riprap Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 62 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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, Construction Of Road, Barangay Tangob, Lipa City, Batangas Contract Id No. : 25dd0020 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 338.50 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 39 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.9 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 (covered Court), Barangay Putingkahoy, Rosario, Batangas Contract Id No. : 25dd0021 Project Location : Rosario, Batangas Scope Of Works : Construction Of Bleachers (31.25m X 5.15m) Including Installation Of Roofing Extension (11.45m X 5.15m), Replacement Of Existing Gutter, Installation Of Catch Basin Cover, Electrical Works And Installation Of Digital Scoreboard Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 60 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 September 25, 2024 To October 14, 2024, 8:00 A.m.-2:00 P.m.; October 15, 2024, 8:00 A.m.-9:15 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 October 03, 2024 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 October 15, 2024 At 09:30 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 October 15, 2024 At 09:30 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 Ten (10) 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 September 24, 2024 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: September 25, 2024 To October 02, 2024 Publication: Dpwh Website/ Philgeps
Closing Date15 Oct 2024
Tender AmountPHP 7.9 Million (USD 141.6 K)

Department Of Public Works And Highways - DPWH Tender

Philippines
Details: Description Invitation To Bid (cw-09-2024-022) 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 : 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 Building/facilities, Construction Of Lipa City-mataasnakahoy Diversion Road, Package H, Batangas Contract Id No. : 25dd0013 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 405.00 L.m. 6-lane Road With Width Of 30.00m And Thickness Of 0.30m Including Slope Protection Using Cribwall And Mechanically Stabilized Earth Wall Structure Vegetated Facia, Drainage, Sidewalk, Bicycle Lane And Solar Streetlights Approved Budget For The Contract : Php 144,750,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.2 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Rehabilitation Of Flood Mitigation Facilities Within Major River Basins And Principal Rivers, Construction Of Revetment Along Lawaye River, Balagbag-pinagbayanan Section, San Juan, Batangas Contract Id No. : 25dd0014 Project Location : San Juan, Batangas Scope Of Works : "section I (pinagbayanan) : Construction Of 143.70 L.m. Revetment Using Z-type Steel Sheet Piles Foundation Including 0.80m Dia. Bored Pile And Cribwall With Height Of 3.34m Section Ii (balagbag) : Construction Of 31.00 L.m. Revetment Using Z-type Steel Sheet Piles Foundation Including 0.80m Dia. Bored Pile And Cribwall With Height Of 6.18m" Approved Budget For The Contract : Php 96,564,655.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 293 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.3 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure Along Tubig Ng Bayan River, Poblacion And Banaba Section, Padre Garcia, Batangas Contract Id No. : 25dd0015 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 702.00 L.m. Revetment On Upstream Using Stone Masonry With Height Of 6.00m Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 57,900,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 192 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 50,000.00 1.4 Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods, Flood Management Program, Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Slope Protection Structure, Barangay Manggas, Padre Garcia, Batangas Contract Id No. : 25dd0016 Project Location : Padre Garcia, Batangas Scope Of Works : Construction Of 492.70 L.m. Revetment On Upstream Using Stone Masonry With Height Of 6.00m Including Clearing And Grubbing, Excavation, Embankment And Craneway Works Approved Budget For The Contract : Php 39,200,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 154 Calendar Days Size Range : Medium A License Category : B Amount Of Bidding Documents : Php 25,000.00 1.5 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 Pinagtongulan, Lipa City, Batangas Contract Id No. : 25dd0017 Project Location : Lipa City, Batangas Scope Of Works : "construction Of 657.10 L.m. Total Net Length Of Road With Thickness Of 0.20m Section 1 : Construction Of 153.60 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section 2 : Construction Of 23.00 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including 5.30 L.m. Grouted Riprap With Height Of 1.60m At Left Side Section 3 : Construction Of 41.30 L.m. Road With Width Of 3.60m And Thickness Of 0.20m Section 4 : Construction Of 94.20 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Section 5 : Construction Of 92.70 L.m., 13.30 L.m. And 58.10 L.m. Road With Width Of 2.70m, 2.90m And 3.00m Respectively And Thickness Of 0.20m Section 6 : Construction Of 118.70 L.m. Road With Width Of 3.00m And Thickness Of 0.20m Including Installation Of 4.00 L.m. 610mm Dia. Rcpc Cross Drain With Headwall Section 7 : Construction Of 62.20 L.m. Road With Width Of 3.00m And Thickness Of 0.20m" Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 71 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.6 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 (barangay Hall), Barangay Poctol, San Juan, Batangas Contract Id No. : 25dd0018 Project Location : San Juan, Batangas Scope Of Works : Construction (completion) Of Three (3) Storey Multi-purpose Building (9.50m X 10.00m) Including Structural Works, Finishing Works, Plumbing Works, Sanitary Works, Installation Of Ceiling, Finishing Hardware, Installation Of Doors And Windows, Painting Works, Tile Works, Roofing Works, Railings, Electrical Works, Installation Of Pole Mounted Distribution Transformer, Lighting Fixtures, Electrical Roughs-ins, Panelboard, Mechanical Works, Airconditioning Unit And Water Pumping System Approved Budget For The Contract : Php 7,920,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 150 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 10,000.00 1.7 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 San Isidro, Lipa City, Batangas Contract Id No. : 25dd0019 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 80.00 L.m. Widening Of Road With Varying Width Of 0.90m To 2.80m And Thickness Of 0.20m; Construction Of 60.00 L.m., 133.80 L.m. And 61.20 L.m. With Width Of 5.00m, 3.00m And 4.50m Respectively And Thickness Of 0.20m Including Embankment And Slope Protection Using Grouted Riprap Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 62 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 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, Construction Of Road, Barangay Tangob, Lipa City, Batangas Contract Id No. : 25dd0020 Project Location : Lipa City, Batangas Scope Of Works : Construction Of 338.50 L.m. Road With Width Of 4.00m And Thickness Of 0.20m Approved Budget For The Contract : Php 4,950,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 39 Calendar Days Size Range : Small B License Category : C & D Amount Of Bidding Documents : Php 5,000.00 1.9 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 (covered Court), Barangay Putingkahoy, Rosario, Batangas Contract Id No. : 25dd0021 Project Location : Rosario, Batangas Scope Of Works : Construction Of Bleachers (31.25m X 5.15m) Including Installation Of Roofing Extension (11.45m X 5.15m), Replacement Of Existing Gutter, Installation Of Catch Basin Cover, Electrical Works And Installation Of Digital Scoreboard Approved Budget For The Contract : Php 2,970,000.00 Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 60 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 September 25, 2024 To October 14, 2024, 8:00 A.m.-2:00 P.m.; October 15, 2024, 8:00 A.m.-9:15 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 October 03, 2024 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 October 15, 2024 At 09:30 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 October 15, 2024 At 09:30 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 Ten (10) 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 September 24, 2024 Approved By: Leo S. Matias Bac, Chairperson Noted By: Jehela G. Roxas District Engineer Date Of Publication: September 25, 2024 To October 02, 2024 Publication: Dpwh Website/ Philgeps
Closing Date15 Oct 2024
Tender AmountPHP 144.7 Million (USD 2.5 Million)
4171-4180 of 4194 active Tenders