|
Reference Number
|
12022220
|
|
Procuring Entity
|
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION X
|
|
Title
|
Contract ID No. 24CSK015 - Real Property Appraisal Services for Properties Affected by the projects: 1. Rehabilitation/Reconstruction of Roads with Slips, Slope Collapse, and
Landslide - Primary Roads
|
|
Area of Delivery
|
Misamis Oriental
|
Printable Version
|
|
Solicitation Number:
|
24CSK015
|
|
Trade Agreement:
|
Implementing Rules and Regulations
|
|
Procurement Mode:
|
Negotiated Procurement - Small Value Procurement (Sec. 53.9)
|
|
Classification:
|
Consulting Services
|
|
Category:
|
Consulting Services
|
|
Approved Budget for the Contract:
|
PHP 324,609.42
|
|
Contract Duration:
|
0 Day/s
|
|
Client Agency:
|
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - REGION X
|
|
|
Contact Person:
|
Jever Catalan Vargas
Engineer II
Engineer Hill, Bulua,
Cagayan De Oro City
Misamis Oriental
Philippines 9000
63-088-8532012
dpwhx_bac@yahoo.com.ph
|
|
Status
|
Active
|
|
Associated Components
|
Order
|
|
Bid Supplements
|
0
|
|
Document Request List
|
0
|
|
Date Published
|
19/05/2025
|
|
Last Updated / Time
|
19/05/2025 12:00 AM
|
|
Closing Date / Time
|
26/05/2025 10:00 AM
|
|
Description
|
REQUEST FOR QUOTATION
May 6, 2025
Dear Sir/Madam,
We are respectfully inviting you to submit your Technical and Financial Proposal for the " Real Property Appraisal Services for Properties Affected by the
projects: 1. Rehabilitation/Reconstruction of Roads with Slips, Slope Collapse, and Landslide - Primary Roads Sayre Highway - K1427+000.00 - K1427 +
200.00, Cagayan de Oro City; 2. Road Concreting, Iligan - Digkilaan (Phase 1), Iligan City; 3. Construction of Cagayan de Oro Third Bridge Approaches and
Access Road along Bayabas - Barra Section, Cagayan de Oro City; 4. Construction of Iligan City - Cagayan de Oro City Alternate Route, Package 2, Cagayan de
Oro City (Baikingon Bridge 2); 5. Construction/Improvement of Access Roads Leading to Airport (Kalsada tungo sa Paliparan, Riles at Daungan
Program-Katuparan) CDO-Opol-El-Salvador-Alubijid-Laguindingan Airport (Pueblo de Oro/CDO Airport to Jct. BCIR Laguindingan) Mountain Diversion Road
(Pagatpat Bridge) Cagayan de Oro 1st LD; 6. Construction of By-pass and Diversion Roads, Manolo Fortich-Misamis Oriental / Alternate By-pass Road, Dalirig
Section (Package 4), Bukidnon; 7. Construction of By-pass and Diversion Roads, JCT. Wao-Banisilan Road-JCT. Kalilangan-Lampanusan Road, Package 6, Bukidnon
4th LD; 8. Construction of Flood Mitigating Structure Within Mindanao River Basin, Along Pulangi River, Package 3, Downstream of old Batangan Bridge,
Valencia City, Bukidnon; 9. Completion of the East - West Lateral Road Connecting Agusan Del Sur to Bukidnon - Jct. CDO City - Camp Kibaritan - Dominorog
Road to Jct. Manolo Fortich - Libona - Indahag Road (Libona - Baungon Section) Incl. Bridges and ROW, Region X, Package 2, Bukidnon; 10. Construction of
Flood Control Structure Along Acacia Extension, Carmen, CDOC; 11. Construction of Lantapan-Valencia City Connector Road (Lurungan-Tugaya-Jct.
Valencia-Pangantucan Diversion Road/Guinoyoran, Package 4, Bukidnon, Bukidnon 4th LD; and 12. Construction of Lantapan-Valencia City Connector Road
(Lurungan-Tugaya-Jct. Valencia-Pangantucan Diversion Road/ Guinoyoran, Package 3, Bukidnon, Bukidnon 4th LD." with an approved budget for the contract
(ABC) of Three Hundred Twenty Four Thousand Six Hundred Nine Pesos and Forty Two Cents (Php 324,609.42).
A. FIRST ENVELOPE-The Technical Proposal must be comprised of the following criteria:
A.1. Eligibility Requirements:
1. Real Estate Appraiser License by the Professional Regulation Commission (PRC);
2. Registration with the Professional Regulatory Board of Real Estate Service (PRBRES);
3. Mayor’s Permit;
4. PhilGEPS Registration Number;
5. Income Business Tax Return for ABC above 500K;
A.2. Technical Requirements:
6. Proof that the IPA is in the List of the BSP or of a professional association of appraisers recognized by the BSP;
7. List of Manpower for the project to be bid with their Curriculum Vitae;
8. Proposed methodology and work plan in providing the services, including the schedule of assignments of the key staff;
9. Omnibus Sworn Statement for ABC above 50K;
B. SECOND ENVELOPE-The Financial Proposal must be comprised of the following:
1. Duly signed Financial Proposal Submission Form;
2. Breakdown of Price for the Project.
The Financial Proposals of the IPA with passing Technical Proposals shall then be opened, and the IPA that submits the lower total Financial Proposal shall
be selected for award to perform the services.
The Terms of Reference (TOR) and Bid Forms will be available at the DPWH and PhilGEPS websites.
The significant times & deadlines of activities are shown below:
1. Dropping of Technical and Financial Proposal May 19, 2025 to May 26, 2025 until 10:00AM
2. Opening of Technical and Financial Proposal May 26, 2025 @ 10:00AM
All particulars relative to the Award of Contract shall be governed by the provisions of RA 10752 and RA 9184, where applicable.
Any requests for additional information concerning this bidding shall be directed to the following:
JOSELITO A. ROA, MSc VICTORIO T. SAJELAN
Chief, Quality Assurance and Hydrology Division Engineer IV
BAC-Chairman Head- BAC Secretariat
Hoping for your participation.
Very truly yours,
JOSELITO A. ROA, MSc
Chief, Quality Assurance and Hydrology Division
BAC Chairman
R10: tficb/VTS/JAR
|
|
|
|
|
|
|
|
|
Created by
|
Jever Catalan Vargas
|
|
Date Created
|
08/05/2025
|
|
|
|
|