Description
|
INVITATION FOR BIDS Date: February 21, 2025 Loan/Grant No. and Title: ADB Loan No. 4432-PHI and AIIB Loan No. L0724A ADB Project P52310-001 – Republic of the Philippines Bataan-Cavite Interlink Bridge Project AIIB Project P000724 – Philippines Bataan-Cavite Interlink Bridge Project – Tranche 1 Contract No. and Title: 24Z00016, Contract Package 6 (CP6) – Construction of South Channel Bridge and High-Level Approaches (HLA) between Corregidor Island and Cavite shore. Deadline for Submission of Bids: May 6, 2025 at 10:00 AM (Philippine Time)
1. The Republic of the Philippines has received/applied for financing from the Asian Development Bank (ADB) in joint co-financing with the Asian Infrastructure Investment Bank (AIIB) towards the cost of Bataan-Cavite Interlink Bridge (BCIB) Project. Part of this financing will be used for payments under the Contract named above. 2. The Department of Public Works and Highways (“the Employer”) invites sealed bids from eligible Bidders for the construction and completion of Contract Package 6 - Construction of South Channel Bridge and High-Level Approaches (“the Works”). Contract ID No. Contract Title Scope of Works Contract Period 24Z00016 Contract Package 6 (CP6) – Construction of South Channel Bridge and High-Level Approaches (HLA)
A Cable-Stayed Bridge (CSB) which spans over the South Navigation Channel located between Corregidor Island and the Cavite Shore. The 1800m frame is comprised of a 900m long main span and two-450m long back spans. The CSB is supported by 2 monopole towers which stand about 346m tall above the seabed and about 306m above the sea level.
Two HLA frames connect the South CSB with the Marine Viaduct bridges between Packages 3 and 4. The HLA bridge frames have five (5) 100m- long main spans, with two 75m-long side spans, so that the total length of each frame is 650m. The superstructure is comprised of two (2) twin concrete post-tensioned box girders and are isolated from the substructure with friction pendulum bearings. Construction: 1945 calendar days (64 months) Defects Liability Period/Defects Notification Period: 365 days
3. Open Competitive Bidding will be conducted in accordance with ADB’s Single-Stage: Two-Envelope procedure and is open to all Bidders from eligible countries as described in the Bidding Document. 4. Only eligible Bidders with the following key qualifications defined in the Bidding Document may participate in this bidding. Contract ID No. Minimum Financial Requirement Construction Experience – Contracts of Similar Size and Nature Average Annual Construction Turnover Financial Resources 24Z00016 Bidder must have an Average Annual Construction Turnover for the last three (3) years of over PhP14.30 Billion. Bidder must demonstrate that its financial resources less current contract commitments meet or exceed PhP7.20 Billion.
Minimum amount of cash and cash equivalents, as stated in the Balance Sheet of the Bidder’s most recent financial accounts meet or exceed PhP3.20 Billion One (1) or two (2) contracts completed that is similar to the proposed works, where the value (aggregated if 2 contracts) of the Bidder’s participation exceeds PhP25.45 Billion. The similarity of the Bidder’s participation shall be based on:
1. Cable-Supported Bridge with Orthotropic Steel Box Girder and Marine Underwater Piling with a minimum main span length of 500m.
and
2. Marine Viaduct with Prestressed Concrete Box Girder and Marine Underwater Piling with a minimum bridge length of 800m.
The qualification criteria are more completely described in the Bidding Document.
5. To obtain further information and inspect the bidding documents, Bidders should contact: TERESITA V. BAUZON, CESO VI Project Director RMC-2 (Multilateral), UPMO DPWH-NCR Compound 2nd St. Port Area, Manila, Metro Manila 1018 Phone No.: (632) 5304 3898 Email Address: bauzon.tere@gmail.com MA. VICTORIA S. GREGORIO Director, Procurement Service DPWH-Central Office 5th floor, Room 502, Bonifacio Drive, Port Area, Manila 1018 Phone No.: (632) 5304-3259 Email Address: gregorio.ma_victoria@dpwh.gov.ph
6. To purchase the bidding documents in English, eligible Bidders should: • write to address above requesting the Bidding Documents for Bataan-Cavite Interlink Bridge (BCIB) Project, Contract Package 6 (CP6) - Construction of South Channel Bridge and High-Level Approaches (HLA).
• pay a nonrefundable fee of Philippines Pesos Seventy-five Thousand (PhP75,000) or equivalent in a freely convertible currency by either (a) cashier’s check payable to the Department of Public Works and Highways or (b) manager’s check payable to the Department of Public Works and Highways.
• pay the corresponding shipping charges for opting delivery of bidding documents through courier.
The bidding documents may also be downloaded from the website of the Philippine Government Electronic Procurement System (PhilGEPS) at http://www.philgeps.gov.ph and the website of the DPWH at http://dpwh.gov.ph provided that upon submission of their bids, the Bidders shall pay the applicable fees.
7. A pre-bid meeting shall take place on April 1, 2025 at 9:00 AM (Philippine Time) at Department of Public Works and Highways, 5th Floor, Multipurpose Hall, Bonifacio Drive, Port Area, Manila, Philippines. It will also be conducted through ZOOM (Meeting ID: 837 9290 4847 and Passcode: 184176) and live-streamed on Youtube: https://www.youtube.com/@DPWH.CO.CivilWorks, which shall be open to prospective bidders.
8. Deliver your bid • to the address: 5th Floor, Multipurpose Hall, Bonifacio Drive, Port Area, Manila, Philippines • on or before the deadline May 6, 2025 at 10:00 AM (Philippine Time) • together with a Bid Security as described in the Bidding Document. Electronic Submission is not applicable. Bids will be opened immediately after the deadline for bid submission in the presence of Bidders’ representatives who choose to attend. Bidders have the option to attend the bid opening online via ZOOM (Meeting ID: 837 9290 4847 and Passcode: 184176) and Youtube livestream: https://www.youtube.com/@DPWH.CO.CivilWorks.
9. The DPWH reserves the right to reject any and all bids, to annul the bidding process or declare a failure of bidding, or not award the contract at any time prior to contract award without thereby incurring any liability to the affected bidder or bidders. In case of annulment, all Bids submitted and specifically, bid securities, shall be promptly returned to the Bidders.
(sgd.) ADOR G. CANLAS Undersecretary for Technical Services and Information Management Service (IMS) Chairperson, Bids and Awards Committee (BAC) for Civil Works Department of Public Works and Highways (DPWH) Bonifacio Drive, Port Area, Manila, Philippines
|
|
|
Pre-bid Conference |
01/04/2025 |
9:00 AM |
5th Floor, Multipurpose Hall, Bonifacio Drive, Port Area, Manila, Philippines
ZOOM (Meeting ID: 837 9290 4847 and Passcode: 184176) and live-streamed on Youtube: https://www.youtube.com/@DPWH.CO.CivilWorks |
|
|
Other Information |
Google drive link for Plans, etc. https://drive.google.com/drive/folders/19gQu5YzgoC2ztSui9RVJdjGbjkGvSjqL?usp=sharing |
|
|