You are on page 1of 5
Republic of the Philippines DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS: CEBU CITY DISTRICT ENGINEERING OFFICE V, Sotto Street, Cebu City BAGONG PILIPINAS. April 22, 2024 INVITATION TO BID The DPWH - Cebu City District Engineering Office, through its Bids and Awards Committee (BAC), invites contractors registered with and classified by the Philippine Contractors Accreditation Board (PCAB) to apply for eligibility and, if found eligible, to bid for the following contract: Item I - BUILDINGS 1. Contract ID: 24HHO107 Contract Name: Convergence and Special Support Program — Basi infrastructure Proc BIP) — Multi-Purpose Buildings / Facilities to support Social Services - Construction of Multi-Purpose Building, Baran Ki pan Pi Contract Location: Cebu Cit Description: Buildings: Construction ~ Low Rise - Concrete ‘Approved Budget for the Contract (ABC): Php 4,950,000.00 Contract Duration: 120 calendar days Cost of Bidding Documents: Php 5,000.00. Source of Funds: GAA FY 2024 Item IT - RBH 2. Contract ID: 2auHo10g. Contract Name: Convergence and Special Support Program — Basic Infrastructure Program (BIP) — Access Roads and / Or Bridges from the National Road/s leading to Major / Strategic Public Buildinas / Facilities - Road Concretin . Lusaran, Contract Location: Cebu City Description: Roads: Construction = PCCP Approved Budget for the Contract (ABC): Php 4,950,000.00 Contract Duration: 90 calendar days Cost of Bidding Documents: Php 5,000.00 Source of Funds: FY 2024 a. @Website: https://www.dpwh.gov.oh (@ hasnas (ora, Nos (032) 2569055 | & Contract ID: 4HHO1 Contract Name: fs and Reliable National im — Asset Preservation Program—Rehabil LReconstruction of Roads with Slips, Slope Collapse lide — Secondary Roads ~ Cebu — Balamban Transcentral Highway — _ K0026+834 - KO026+879, Contract Location: Cebu City Description: Roads Construction = Si ion usi Structut Approved Budget for the Contract (ABC): Php 12,840,940.00 Contract Duration: 90 calendar days Cost of Bidding Documents: Php 25,000.00 Source of Funds: GAA FY 2024 Contract ID: 24HHO110 Contract Name: 01: Ef le n System — Asset Preservation Program-Rehabllitation Recon: ids with Slips, Slope Collay ind Lan. = = = Contract Location: — Cebu City Description: Roads Construction — Slope Protection using Structural Measures Approved Budget for the Contract (ABC): Php 43,120,000.00 Contract Duration: 136 calendar days Cost of Bidding Documents: Php 25,000.00 ‘Source of Funds: 024 Contract ID: 24HHO111 Contract Name: : Ensure Safe le | Road, = Preservati cf ilitation Reconstruction of Roads with Sli I ni = \dary Roads — = Contract Location: Cebu City Description: Roads Construction — Slope Protection using ‘Structural Measures Approved Budget for the Contract (ABC): Php 91,675,000.00 Contract Duration: 294 calendar days Cost of Bidding Documents: Php 50,000.00 Source of Funds: $R2024-01-007172 Contract 1D: zauwowyz Contract Name: OI: Ensure Safe and Reliable National Road =. Preserve Rehabilitation LReconstruction of Roads with Slips, Slope Collapse ITB 24HHO107 - 24HHO112 Page 215 Contract Location: CebuGity Description: Roads Construction - Slope Protection using _ Structural Measures ‘Approved Budget for the Contract (ABC): Php 98,449,300.00 Contract Duration: 316 calendar days Cost of Bidding Documents: Php 50,000.00 Source of Funds: $R2024-01-007166 The BAC will conduct this public bidding in accordance with the revised RA 9184 and its Implementing Rules and Regulations. Bids received in excess of the ABC shall be automatically rejected at the opening of bids. To be eligible to bid for the contract, a contractor must have Certificate of Registration with PhilGEPS and an approved Activation of BIR Electronic Filing and Payment System (EFPS) and must meet the following major criteria: (a) prior registration with the DPWH, (b) Filipino citizen or 75% Filipino-owned partnership/corporation with PCAB license applicable to the type and cost of the contract, (c) completion of a similar contract costing at least 50% of ABC, and (d) Net Financing Contracting Capacity at least equal to ABC, (d) Letter of Authority for the representative / Liason Officer (as reflected in the CRC) to submit Bids. Bidding will be conducted through open competitive bidding procedures using non- discretionary pass/fail criteria in the eligibility check, preliminary evaluation of bids, detailed evaluation of bids, post qualification and award 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 Lowest Calculated Responsive Bidder (LCRB) who was determined as such during post-qualification. If at the time of the Post-qualification procedure, the BAC verifies deficiencies due to the contractor's fault or negligence pursuant to Rule X, Section 34 of the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184, the Procuring Entity shall disqualify the contractor from the award without any right to reimburse fees and incidental cost paid for the procurement of infrastructure contract subject of the Bid. ‘The significant times and deadlines of procurement activities are shown below: 1. Issuance of Bidding Documents ‘April 26 May 15, 2024, 8:30am 2. Pre-bid Conference Date & time: May 3, 2024, 10:000 AM 3. Receipt of Bids —[Deadline: May 15, 2024, 10:00 AM 4. Opening of Bids Date & time: May 15, 2024, 10:00 AM 5, Venue of Activities Conference Hall, Cebu City District Engineering Office, V. Sotto St., Bray. Tinago, Cebu City Prospective bidders may download the Bidding Documents (BDs), if available, at the DPWH website and at the Philippine Government Electronic Procurement System (PhilGEPS). Bidders that will download BD'S from the DPWH Website shall pay the said fees as stated above on or before the submission of their bid documents. The BAC will issue hard copies of the BDs at the same address to eligible bidders upon payment of a fee stated above. ITB 24HHO107 ~ 24HHO112 Page 3/5 The interested bidders for project number 1 must own or lease one (1) unit One-Bagger Mixer 4-6ft? / min, one (1) unit Concrete Vibrator (Flexible shaft type 2” Head dia with SAmp Gasoline Driven unit, one (1) unit Backhoe (0.80 cu.m.), SE 130 LC-2, one (1) unit Water Truck / Pump — 4,000L 360 HP, one (1) unit Welding Machine (Elect. Driven / DC Output, 300Amp), one (1) unit Cargo / Service Truck 9-10mT, 270 Hp, one (1) unit Bar Cutter (25mm Max. Rebar dia Grade 40 and one (1) unit Bar Bender (25mm Max. Rebar dia, Three phase). ‘The interested bidders for project number 2 must own or lease one (1) unit Prime Mover (Low Bed w/ Trailer), one (1) unit Backhoe with breaker (0.80 cu.m.), SE 130 LC-2, one (1) unit Payloader LXB0-2C 110Hp, one (1) unit Motorized Road Grader G7 10A 140 HP, one (1) unit Water Truck / Pump ~ 4,000L 360 HP, one (1) unit Dump Truck ~ 12 cu. Yd., 290 Hp, one (1) unit Vibratory roller (10 Mt) 125 HP, one (1) unit Concrete Screeder 5.SHP, one (1) unit Concrete Saw, 14” Blade @ with 34” Cutting depth, 7.5 HP, one (1) unit Transit Mixer 5-6 yd? 175HP, one (1) unit Concrete Vibrator (Flexible shaft type 2” Head dia with SAmp Gasoline Driven unit), one (1) unit One-Bagger Mixer 4-6f°/ min, one (1) unit Cargo / Service Truck 2-5mT, 160 Hp, one (1) unit Welding Machine (Gas / Diesel Driven, 300Amp), one (1) unit Bar Cutter (25mm Max. Rebar dia Grade 40, one (1) unit Bar Bender (25mm Max. Rebar dia, Three phase) and one (1) unit Mechanized Joint Sealer equipment. The interested bidders for project numbers 3, 4, 5 and 6 must own or lease one (1) unit Prime Mover (Low Bed w/ Trailer), one (1) unit Backhoe (0.80 cu.m.), SE 130 LC-2, one (1) unit Payloader LX80-2C 110Hp, one (1) unit Motorized Road Grader G7 10A 140 HP, one (1) unit Water Truck / Pump ~ 4,000L 360 HP, one (1) unit Dump Truck ~ 12 cu. Yd., 290 Hp, one (1) unit Vibratory roller (10 Mt) 125 HP, one (1) unit Concrete Screeder 5.5HP, one (1) unit Concrete Saw, 14” Blade with 34" Cutting depth, 7.5 HP, one (1) unit Transit Mixer 5- 6 yd? 175HP, one (1) unit Concrete Vibrator (Flexible shaft type 2” Head dia with SAmp Gasoline Driven unit), one (1) unit Cargo / Service Truck 2-5mT, 160 Hp, one (1) unit Bar Cutter (25mm Max. Rebar dia Grade 40, one (1) unit Bar Bender (25mm Max. Rebar dia, ‘Three phase) and one (1) unit Mechanized Joint Sealer equipment. 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 (Pr5), 5" Floor DPWH Bidg., 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. ‘As prescribed in Department Order No.3 series of 2015, the deadline of submission of contractors records to the DPWH-Civil Works Registry for updating is as follows: a.) For Class “A” Documents and Financial Statements, must be submitted at least seven (7) calendar days and b.) Technical Documents (completed / on-going projects) at least fifteen (15) calendar days before the deadline for the submission or opening of bids. Interested Bidders may obtain further information and inspect the bidding documents at the same address. Bids will be opened in the presence of the bidders’ representatives who choose to attend and late bids shall not be accepted. Bid submission maybe done manually or electronically / online. However, bidders should only select one mode of submission, either manual or electronic. Similar to manual submission, the guidelines for the preparation and submission of an electronic bid are contained in the BDS. Page 4|s Bids must be duly received by the BAC Secretariat for manual submission or at electronicbids_cebucity@dpwh.gov.ph for electronic submission on or before the deadline stated above. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB clause 18. ‘The Cebu City District Engineering Office reserves the right to accept or 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 41 of the 2016 revised Implementing Rules and Regulations (IRR) of RA No. 9184, without hereby incurring any liability to the affected bidders and no responsibility to compensate or indemnify bidders for any expenses incurred in the preparation of their bids. APPROVED: MANOLO A. NTO, JR. BAC Chaj v 0 NoTed: f \ali) RAMON P. DEVANADERA District Engineer For posting: L 2. CCDEO Bulletin RO7.18.rrm/sab/mbm/rpd:04/22/2024 1T8 24HHO107 - 24HHO112 Page SIS

You might also like