|
Tender description :
|
Construction of Canalization, Slope Protection, HDPE Pipeline, Canal Structures and Service Road for Imelda IP RE-BID, Siay, Zamboanga Sibugay
Invitation to Bid for Construction of Canalization, Slope Protection, HDPE Pipeline, Canal Structures and Service Road for Imelda IP RE-BID, Siay, Zamboanga Sibugay The National Irrigation Administration – Regional Office IX BAC, through the CY 2026 National Expenditure Program NEP for General Appropriation Act GAA 2026 Fund, invites contractors to submit bids for the following Contract: Contract Reference No. : NIAR9-LINEPROJECT2026-091INFRA Project Name : IMELDA IP RE-BID Contract Location : SIAY, ZAMBOANGA SIBUGAY Scope of Works : Construction of Canalization, Slope Protection, HDPE Pipeline, Canal Structures and Service Road Approved Budget for the Contract ABC : PHP 104,372,136.93 Contract Duration : 180 Calendar Days Amount of Bidding Documents : PHP 25,000.00 The NIA – RO9 BAC is conducting a public bidding for this Contract in accordance with Republic Act 9184, otherwise known as the “Government Procurement Reform Act” and its Revised Implementing Rules and Regulations RIRR. To be eligible to bid for the above-stated Contract, a contractor must meet the following major requirements: a Filipino Citizen or 60% Filipino-owned partnership/corporation; b completion of a similar contract costing at least 50% of the ABC, and c Net Financial Contracting Capacity NFCC at least equal to ABC. Interested bidders are required to submit one 1 Valid ID of the Authorized Managing Officer/Authorized Liaison Officer indicated in the submitted Company Profile/CRC. Updated Company Profile shall also be submitted and presented to the NIA-R9 BAC Secretariat upon purchased of the Bidding Documents. Credit line commitment shall no longer be accepted as an alternative to the prospective bidder’s computation of NFCC per GPPB Resolution No. 20-2013 dated July 30, 2013. Bidding will be conducted through open competitive bidding procedures using non-discretionary “pass/fail” criterion in the eligibility check, preliminary evaluation of bids, post qualification, and award. The significant times and deadlines of procurement activities are shown below: Issuance of Bidding Documents : April 29 – May 19, 2026, at 8:30 AM Pre-bid Conference : May 7, 2026, at 9:00 AM Submission of Bids : May 19, 2026, at 8:30 AM Opening of Bids : May 19, 2026, at 9:00 AM Interested bidders may obtain further information from NIA – RO9 BAC and inspect the Bidding Documents at the address given below starting April 29 – May 19, 2026. A complete set of Bidding Documents may be purchased by Interested Bidders from the address below and upon payment of a non-refundable fee for the Bidding Documents prescribed in the above-mentioned list of projects. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System PhilGEPS and the website of the Procuring Entity, provided that bidders shall pay the fee for the Bidding Documents not later than the submission of their bids. Only the Authorized Managing Officer/Authorized Liaison Officer indicated in the submitted Company Profile/CRC shall be authorized to purchase and submit bidding documents. The use of Special Power of Attorney SPA is prohibited as per NIA Memorandum Circular No. 52 series 2014 dated December 1, 2014. The NIA – RO9 BAC will hold a Pre-Bid Conference on 07 May 2026 at 9:00 AM at Conference Room, National Irrigation Administration – Regional Office IX, Regional Center, Balintawak, Pagadian City, which shall be open to all interested parties. Bids must be duly received by the BAC Secretariat thru manual submission at the office address as indicated below on or before 19 May 2026 at 08:30 AM. Late bids shall not be accepted. All bids must be accompanied by a Bid Securing Declaration or Bid Security in any of the acceptable forms and in the amount stated in ITB. Clause 18.1. Bids will be opened in the presence of the bidder’s authorized managing officer or authorized liaison officer of interested parties at the address below. The NIA – RO9 BAC additional guidelines is the conduct of site inspection to be scheduled during Pre-Bid Conference. • The CERTIFICATE OF SITE INSPECTION shall be issued and signed by the NIA R9 Authorized Representative after the activity, which SHALL be required to include in the bid tender Technical Component. Prospective bidders shall submit their sealed envelopes together with the duly accomplished forms as provided in the BD’s on or before the deadline of dropping of the bid documents at the NIA – RO9 BAC by the Authorized Managing Officer AMO or Authorized Liaison Officer indicated in the submitted Company Profile/CRC of the parties. The liaison officer shall submit a letter from the AMO authorizing her/him to drop their bid, attend the bidding process and also submit a copy of company I.D. for verification. No Special Power of Attorney SPA shall be allowed. The Procuring Entity shall not be held responsible of any and all bid documents/proposals losses. All interested contractors/bidders must inform the BAC Chairperson thru its Secretariat of their documents submitted in any means provided above before the date of the bid opening to avoid late submission. The NIA – RO9 BAC 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 affected bidder or bidders, in accordance with the provisions of Section 41 of RA 9184 and its IRR. Pursuant to NIA Memorandum Circular No. 119 s. 2020, Subject: POLICY ON UTILIZATION OF VIDEOCONFERENCING, WEBCASTING OR SIMILAR TECHNOLOGY IN THE CONDUCT OF PUBLIC PROCUREMENT ACTIVITIES, procurement proceedings for the above mention contracts will be held through face-to-face meeting in combination with video conferencing using Google Meet thru the links: Pre-Bidding Conference : https://meet.google.com/wsi-rohq-axv Opening of Bids : https://meet.google.com/kru-rwxd-fqj Any requests for additional information concerning this bidding shall be directed to the following: MARIETTA M. CORTES BAC Secretariat Head, NIA-Regional Office Regional Center IX, Balintawak, Pagadian City, Zambo. Sur r9.bac@nia.gov.ph 09630884373 – Office Number Date Posted: April 30, 2026 5.2 For this purpose, contracts similar to the Project refer to contracts which have the same major categories of work, which shall be: Completed for the past five 5 years. • Irrigation To be eligible to bid for the contract, bidders must have done a Single Largest Completed Contract SLCC containing a category of work which is the same as or similar to the Major Category of Works, and who’s total SLCC cost is at least 50% of the Approved Budget for the Contract ABC to be bid. The above SLCC must be supported by a Copy of the Contract, Certificate of Completion, and Owner’s Certificate of Final Acceptance 1-year after the issuance of the Certificate of Completion issued by the project owner other than the contractor or a final rating of at least Satisfactory in the Constructors Performance Evaluation System CPES. In case of contracts with the private sector, an equivalent document shall be submitted. 10.1 Additional technical documents relevant to the Project, such as: 1. Construction schedule S-Curve and PERT-CPM 2. Manpower utilization schedule 3. Construction methods 4. Equipment utilization schedule 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. Interested bidders shall have at least or any equivalent to PCAB Category: C & D, Size Range “Small B” per PCAB Board Resolution No. 201, Series of 2017 10.4 The key personnel must meet the required minimum years of experience set below: Key Personnel Relevant Experience General Experience Number Project Engineer 5 years Licensed Civil Engineer. Shall render full-time service to the project until completion. 5 years 1 Office Engineer 5 years Licensed Civil Engineer. Shall render full-time service to the project until completion. 5 years 1 Materials Engineer 1 5 years Shall be an accredited Materials Engineer of DPWH. Shall render service to the project as required. 5 years 1 Construction Foreman 5 years Experienced in Irrigation Structures. Shall render fulltime service to the project until completion. 5 years 3 Safety & Health Officer SO2 3 years Shall have at least 3 years’ experience in construction industry. Completed COSH Training and shall render fulltime service to the project until completion. 3 years 3 Geodetic Engineer 5 years Licensed Geodetic Engineer. Shall render service to the project as required. 5 years 1 The contractor may assign other support personnel from those listed for the optimal performance of the project construction team. The support personnel shall undertake the required day-to-day site or office-related activities of the contractor. Full time services mean, the personnel involved shall render minimum of eight 8 hours a day or forty 40 hour a week and shall be available upon request of the procuring entity. 10.5 The minimum major equipment requirements are the following: Equipment Capacity No. of Units Transit Mixer 6 cu.m 2 Concrete Mixer w/ engine brand new 1 – bagger 3 Concrete Vibrator brand new 3 Water Pump 4” dia. 4 Water Pump 2” dia. 4 Mini Dumptruck w/ Front Wheel Drive 4 cu.m 2 Stake Truck w/ boom crane arm 6 tons 1 Service Vehicle 1 for NIA Personnel and 1 for Contractor 4x4 pick-up 2 Motorcycle Vehicle 1 for NIA Personnel and 1 for Contractor -ENDURO Type 150cc 2 Survey Instrument Total Station 1 set INITIAL EQUIPMENT REQUIREMENT UPON MOBILIZATION: Equipment Capacity No. of Units Transit Mixer 6 cu.m 2 Concrete Mixer w/ engine brand new 1 – bagger 3 Concrete Vibrator brand new 3 Water Pump 4” dia. 4 Water Pump 2” dia. 4 Mini Dumptruck w/ Front Wheel Drive 4 cu.m 2 Stake Truck w/ boom crane arm 6 tons 1 Service Vehicle 1 for NIA Personnel and 1 for Contractor 4x4 pick-up 2 Motorcycle Vehicle 1 for NIA Personnel and 1 for Contractor -ENDURO Type 150cc 2 Survey Instrument Total Station 1 set The proof of ownership of equipment requirements are copies of current LTO Official Receipt OR and Certificate of Registration CR of the equipment which should be attached together with the affidavit of ownership. In case of Leased Equipment, a Lease Contract and affidavit of Commitment or Certificate of Availability of Equipment should be submitted with the lessor/owner as the pledger of the equipment, stating therein that the equipment will be available for the whole duration of the project. For Purchase Agreement, the description of the equipment to be purchased such as Brand/Model, Type of Equipment, Motor No., Body No. and the Capacity must be indicated in the document, otherwise, the BAC will not honor the Purchase Agreement and the bidder will be declared as non-complying. The bidder should also specify in the submitted bid the location of the equipment where it can be inspected. If any piece of equipment is not in the specified location, then the bidder shall be POST-DISQUALIFIED. 16 Each prospective bidder shall submit the following number of copies and format of its Technical & Financial documents – 1. ONE 1 ORIGINAL PRINTED COPY; 2. TWO 2 DUPLICATE PRINTED COPIES Copy 1 and Copy 2; 3. ONE 1 DIGITAL COPY in PDF Portable Document Format contained in a USB flash/thumb drive; The contents of each printed copy contained in the sealed envelopes shall contain a table of contents and each document shall be appropriately tabbed as indicated in the table of contents.
Pre-bid Conference:
Date: 13/05/2026
Time: 9:00 AM
Venue: NIA
Lot 2, Block 15, Regional Center IX,
Balintawak
Pagadian City
Zamboanga Del Sur
Google Link: https://meet.google.com/aqw-sqfn-gmh
Approved Budget: 104,372,136.93
Closing Date: 25/05/2026
|