Home Announcements Catalogue About GEPS Government Links    
   »
Help |
SplashBidNoticeAbstractUI
Bid Notice Abstract
     
Invitation to Bid (ITB)
  Reference Number 10761294
  Procuring Entity DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - NCR
  Title Contract ID No. 23GZ00059 - Construction of Roxas I Pumping Station, Quezon City
  Area of Delivery Metro Manila   Printable Version
Solicitation Number: 23GZ00059
Trade Agreement: WB Procurement Guidelines
Procurement Mode: Public Bidding
Classification: Goods
Category: Construction Projects
Estimated Budget for the Contract: PHP 0.00
Delivery Period: 540 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
2
Document Request List
5
Date Published 17/04/2024
Last Updated / Time 23/04/2024 2:01 PM
Closing Date / Time 28/05/2024 10:00 AM

Description
SPECIFIC PROCUREMENT NOTICE
Contract ID No. 23GZ00059 - CONSTRUCTION OF ROXAS I 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 ROXAS I PUMPING STATION, QUEZON CITY
Contract ID No. 23GZ00059

Country: Philippines
Loan No. : Loan No: IBRD Loan No. 8784-PH and AIIB Loan No. 000023-1-PHL
NCB No : PH-DPWH-400187-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 Construction of Roxas I Pumping Station, Quezon City.
2. The Department of Public Works and Highways now invites sealed Bids from eligible Bidders for Contract ID No. 23GZ00059 - Construction of Roxas I Pumping Station, Quezon City. The contract will include installation of Submersible Pump, Flap Valve, Portable Submersible Pump, Manual Trash Screen and Trashbox, Flood Gate, Stop Logs, Monorail Hoist, Diesel Generator Set, Electrical Power Systems, connection to SCADA, 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 any convertible currency. The method of payment will be cash or manager’s check payable to the Department of Public Works and Highways. The documents 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 85,000.00 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

Date

Time

Venue

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


The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.

 
  © 2004-2024  DBM Procurement Service. All rights reserved.  
Help |
Contact Us | Sitemap