Reference Number |
10761267 |
Procuring Entity |
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - NCR |
Title |
Contract ID No. 23GZ00058 - Construction of Doña Imelda Pumping Station, Quezon City |
Area of Delivery |
Metro Manila |
Printable
Version
|
Solicitation Number: |
23GZ00058 |
Trade Agreement: |
WB Procurement Guidelines |
Procurement Mode: |
Public Bidding |
Classification: |
Goods |
Category: |
Construction Projects |
Estimated Budget for the Contract: |
PHP 0.00 |
Delivery Period: |
720 Day/s |
Client Agency: |
|
|
Contact Person: |
DPWH - NCR Engineer IV 2nd St., Port Area, Manila Metro Manila Philippines 1018 63-2-83043893 63-2-83043703 dpwhncrbac@gmail.com |
|
Status |
Active
|
Associated Components |
Order
|
Bid Supplements |
|
Document Request List |
4
|
Date Published |
17/04/2024 |
Last Updated / Time |
23/04/2024 1:54 PM |
Closing Date / Time |
28/05/2024 10:00 AM |
Description
|
Republic of the Philippines DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS NATIONAL CAPITAL REGION 2nd St., Port Area, Manila
SPECIFIC PROCUREMENT NOTICE CONTRACT ID NO. 23GZ00058 - CONSTRUCTION OF DOÑA IMELDA PUMPING STATION, QUEZON CITY Invitation for Bids (IFB) Employer : Department of Public Works and Highways Project : METRO MANILA FLOOD MANAGEMENT PROJECT, PHASE I Contract Title : CONSTRUCTION OF DOÑA IMELDA PUMPING STATION, QUEZON CITY Country: Philippines Loan No. : Loan No: IBRD Loan No. 8784-PH and AIIB Loan No. 000023-1-PHL NCB No : PH-DPWH-400261-CW-RFB 1. The Government of the Republic of the Philippines (GoP) has received financing from the World Bank (WB) and Asian Infrastructure Investment Bank (AIIB) toward the cost of the Metro Manila Flood Management Project and intends to apply part of the proceeds toward payments under the contract for Contract ID No. 23GZ00058 - Construction of Doña Imelda Pumping Station, Quezon City. 2. The Department of Public Works and Highways now invites sealed Bids from eligible Bidders for Contract ID No. 23GZ00058 - Construction of Doña Imelda Pumping Station, Quezon City. The contract will be design, supply and installation of a Submersible Pumps, Portable Pumps, Automatic Trash Rake and Trash Box, Cranes, Flap valves, Flood Gate, Conveyors and Garbage Hoppers, Stop Logs Diesel Engine Generator System, Electrical Protection and Control Panel System, and other auxiliary installations. Evaluation will be conducted according to life-cycle cost procedures. 3. Bidding will be conducted through the National Competitive Bidding procedures as specified in the World Bank’s Guidelines: Procurement of Goods, Works and Non-Consulting Services under IBRD Loans and IDA Credits & Grants by World Bank Borrowers, January 2011 revised July 2014 (“Procurement Guidelines), and is open to all eligible Bidders as defined in the Procurement Guidelines. In addition, please refer to paragraphs 1.6 and 1.7 setting forth the World Bank’s policy on conflict of interest. 4. The Invitations for Bids for the following Pumping Stations are advertised at (almost) the same timing; a. Construction of Tatalon Pumping Station, Quezon City b. Construction of Dona Imelda Pumping Station, Quezon City c. Construction of Roxas I Pumping Station, Quezon City d. Construction of Roxas II Pumping Station, Quezon City
If a Bidder submits several successful (lowest evaluated substantially responsive) bids, the Employer’s decision on award of multiple contracts to the same bidder will also include an assessment of the Bidder’s capacity to meet the aggregated requirements of the qualifications presented in the respective individual packages: · Average Annual Construction Turnover, · Financial Resources, · Construction Experience (value of similar contracts previously undertaken by the Bidder), · Equipment to be allocated, and · Personnel to be fielded.
5. Interested eligible Bidders may obtain further information from the Bids and Awards Committee, DPWH-NCR Bldg., 2nd St., Port Area, Manila, Tel. No. (02) 8304-3893, email address : limpengco.joel@dpwh.gov.ph, copied to mmfloodmanagement@gmail.com and inspect the Bidding document during office hours from 7:00 AM to 4:00 PM at the address given below. 6. The Bidding document in English may be purchased by interested eligible Bidders upon the submission of a written application to the address below and upon payment of a nonrefundable fee of Php 20,000.00 or in a convertible currency. The method of payment will be cash or manager’s check payable to the Department of Public Works and Highways. The document will be sent through email. 7. Bids must be delivered to the address below on or before May 28, 2024 before 10:00 AM (Philippine Time). Late bids will be rejected. Bids will be publicly opened in the presence of the bidders’ designated representatives and anyone who choose to attend at the address below on May 28, 2024 right after the submission of bids. 8. All Bids must be accompanied by a “Bid Security”, in the amount of USD 194,000 or its equivalent in a freely convertible currency. 9. DPWH reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the bidder or bidders. 10. The address referred to above is: DPWH-NCR Procurement Unit 2nd Floor., 2nd St., Port Area, Manila
JOEL F. LIMPENGCO Assistant Regional Director BAC Chairperson
DPWH-NCR, 2nd St. Port Area, Manila, 1018, Philippines (02) (8)304-3893 limpengco.joel@dpwh.gov.ph, copied to: mmfloodmanagement@gmail.com
|
|
|
Pre-bid Conference |
30/04/2024 |
10:00 AM |
at DPWH-NCR Conference Room, 2nd St., Port Area Manila and/or through videoconferencing/webcasting via Zoom (Meeting ID: 435 375 4517 Passcode: NCR2022) |
|
|
|
|
|
Created by |
DPWH - NCR |
Date Created |
16/04/2024 |
|
|
|
|
|