|
Reference Number
|
12503688
|
|
Procuring Entity
|
PROVINCE OF ILOILO
|
|
Title
|
PEO-25-38-NP (TF) Rehabilitation/Repair/Improvement of Banban-Alibunan Bridge along JNR, Cabugao-Banban-Tuyongan Road, Calinog, Iloilo
|
|
Area of Delivery
|
Iloilo
|
Printable Version
|
|
Solicitation Number:
|
PEO-25-38-NP (TF)
|
|
Trade Agreement:
|
Implementing Rules and Regulations
|
|
Procurement Mode:
|
Negotiated Procurement - Two Failed Biddings (Sec. 53.1)
|
|
Classification:
|
Civil Works
|
|
Category:
|
Construction Projects
|
|
Approved Budget for the Contract:
|
PHP 50,000,000.00
|
|
Contract Duration:
|
254 Day/s
|
|
Client Agency:
|
|
|
|
Contact Person:
|
Romeo C. Andig
Acting-PGDH/ Vice-Chairperson, BAC
Iloilo Provincial Capitol, Bonifacio Drive
Iloilo City
Iloilo City
Iloilo
Philippines 5000
63-33-3360736
63-33-3360736
ipg_bacs@yahoo.com
|
|
Status
|
Active
|
|
Associated Components
|
Order
|
|
Bid Supplements
|
0
|
|
Document Request List
|
0
|
|
Date Published
|
28/10/2025
|
|
Last Updated / Time
|
28/10/2025 12:00 AM
|
|
Closing Date / Time
|
19/11/2025 9:00 AM
|
|
Description
|
Republic of the Philippines
Province of Iloilo
BIDS AND AWARDS COMMITTEE
INVITATION FOR NEGOTIATED PROCUREMENT
(TWO FAILED BIDDINGS)
Rehabilitation/Repair/Improvement of Banban-Alibunan Bridge along JNR, Cabugao – Banban – Tuyongan Road at Calinog, Iloilo
RFQ. No. PEO-25-38-NP (TF)
DATE: October 28, 2025
TO ___________________________________
___________________________________
___________________________________
(Supplier"s Name and Office Address)
In view of the failed biddings held last February 27, 2025, June 5, 2025, and August 19, 2025 The Iloilo Provincial Government (IPG), through its Bids and
Awards Committee (BAC), invites PhilGEPS-registered suppliers under Platinum category to participate in the negotiation for the project:
Rehabilitation/Repair/Improvement of Banban-Alibunan Bridge along JNR, Cabugao – Banban – Tuyongan Road at Calinog, Iloilo in accordance with Section
53.1 of the Revised Implementing Rules and Regulations of R.A. No. 9184, otherwise known as the “Government Procurement Reform Act."
Following completion of the negotiations, kindly submit a best offer based on the final technical and financial requirements of the item(s) listed below,
subject to the attached Terms and Conditions, stating the shortest time of delivery, and submit your bid duly signed by your authorized representative on
or before the opening of quotations/bids on November 19, 2025 at 9:00 AM with the Bids and Awards Committee at the 5th Floor, New Iloilo Provincial
Capitol, Bonifacio Drive, Iloilo City after payment of the RFQ form in the amount of Twenty Five Thousand Pesos (Php 25,000.00)
The schedule of key procurement activities for this contract is shown below:
Activities Place Date Time
Negotiation Conference 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, and/or through videoconferencing/webcasting via Zoom
Conference. Meeting ID and Password shall be:
Zoom ID: 434 085 1724 //
Password: 0922 November 5, 2025 9:00 AM
Deadline of Submission of Bid Proposal and Opening of Bids 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City November 19, 2025 9:00 AM
and 9:01 AM, Respectively
(SGD)
ATTY. DENNIS T. VENTILACION
BAC Chairperson
X All Bids must be complete. Partial Bids are allowed.
Item No. Quantity Unit Description Estimated Unit Cost Total Cost
1 1 Job Contract furnishing of labor, materials, tools, equipment and other incidentals necessary for the Rehabilitation/Repair/Improvement of
Banban-Alibunan Bridge along JNR, Cabugao – Banban – Tuyongan Road at Calinog, Iloilo as per plan and specifications…..
Scope of Works:
I. Provision of Field Office for the Engineer (Rental)
II. Miscellaneous Survey and Staking
III. Project Billboard/Signboard
IV. Occupational Safety and Health Program
V. Traffic Management
VI. Mobilization/Demobilization
VII. Removal of Structures and Obstructions
VIII. Embankment from Borrow
IX. Portland Cement Concrete Pavement (Unreinforced); 0.20m thk.
X. Structural Steel, Painting Works
XI. Reinforcing Steel Grade 40
XII. Reinforcing Steel Grade 60
XIII. Structural Concrete Class “A” (27.58MPa) (28 Days)
XIV. Paint
XV. Elastomeric Bearing Pad
XVI. Asphaltic Plug Joint (APJ) for Bridges
XVII. Carbon Fiber (2 Layers)
XVIII. Carbon Fiber (Plate)
XIX. Sheet Piles
XX. Concrete Slope Protection
XXI. Reflectorized Thermoplastic Pavement Markings White
XXII. Reflectorized Thermoplastic Pavement Markings Yellow
XXIII. Structural Concrete Injection and Crack Repair
50,000,000.00
TERMS AND CONDITIONS
1. Contract period shall be Two Hundred Fifty-Four (254) calendar days.
2. Winning bidder shall start the work five (5) days upon the receipt of Notice to Proceed (NTP)
3. Winning bidder shall inform the Office of the Provincial Engineer in writing five (5) days prior to start of work.
4. Contractor shall provide safety precaution during works and shall be liable for the damages to person/property arising from the execution of work.
5. Liquidated damages shall be charged to the Contractor for every day of delay as provided in R.A. 9184.
6. Works shall conform to the approved plans and specifications.
7. All materials shall be delivered on the job site and inspected by the Project-in-Charge prior to start of work.
8. Contractor must observe cleanliness on the job site upon the acceptance, during and after the completion of work.
Kindly indicate the DELIVERY PERIOD and BID AMOUNT IN WORDS and FIGURES in the space provided below. Non-compliance shall be a ground for
DISQUALIFICATION.
TOTAL BID AMOUNT IN FIGURES: ₱_______________
Statement of Delivery Period: ___________________________________________________
Bid Amount in Words: _________________________________________________________
Place of Delivery: Calinog, Iloilo
ABC: ₱ 50,000,000.00
Kindly submit your best offer with the following requirements:
1. PhilGEPS Certificate of Registration under Platinum category;
2. Omnibus Sworn statement specifying the RFQ Number for procurement projects with ABC above ₱50,000.00;
3. Notarized Authority of the Signatory, if representative (SPA of proprietor for single proprietorship/Secretary"s Certificate for Corporation);
4. Updated Mayor"s Permit if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category. For expired Mayor’s
Permit, the official receipt as proof that the supplier has applied for renewal will be accepted, provided, that the renewed permit will be required as a
post-qualification requirement;
5. Updated DTI/SEC/CDA Registration if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category;
6. For the procurement of Infrastructure Projects, bidders must submit a valid Philippine Contractors Accreditation Board (PCAB) License and indicate
compliance with the Manpower Requirements;
7. Updated Tax Clearance if the same is indicated as "EXPIRED" in the PhilGEPS Certificate of Registration, Platinum category;
8. Income or Business Tax Returns for procurement projects with Approved Budget for the Contract (ABC) above ₱500,000.00.
9. Audited Financial statements, showing, among others, the prospective total and current assets and liabilities, stamped “received” by the BIR or its
duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of submission;
for the type and cost of the contract to bid.
10. Statement of all its on-going contracts government and private contracts including contracts awarded but not yet started, if any. The statement shall
include, for each contract, the following: (a) Name/Date of the Contract (b) Contract Duration (c) Owner’s Name & address (d) Nature of work (e)
Contractor’s Role (f) total contract value (g) Percentages of planned and actual accomplishments and (h) value of outstanding works. The statement shall
be supported by a Notice of Award or Notice to Proceed issued by the Owner.
11. Statement of the Single Largest Completed Contract (SLCC) government and private contracts. The statement shall be the following: (a) Name/Date of the
Contract (b) Contract Duration (c) Owner’s Name & address (d) Nature of work (e) Contractor’s Role (f) total contract value at completion. The
statement shall be supported by THE CERTIFICATES OF Completion and Acceptance issued by the Owner; or Constructors Performance Evaluation System (CPES)
rating sheets & Notice to Proceed issued by the Owner.
12. NFCC Computation
13. Valid Joint Venture (JVA) or, lieu thereof, duly notarized statements from all the potential Joint Venture partners stating that they will enter into
and abide by the provisions of the JVA in the instance that the bid is successful shall be included in the bid.
14. Required bid Security
a. Cash, MC or BG (2% of ABC) ₱ _________________
b. Surety bond (5% of the ABC) ₱ _________________
c. Bid Security Declaration ₱ _________________
Amount of the Bid Security ₱ _________________
Bid Security ( ) Sufficient ( ) Insufficient
15. Project Requirements, which shall include the following:
a. Organizational Chart for the Project
b. List of contractor’s personnel (ex. Project Manager, Project engineers, Materials Engineers and Foremen, to be assigned to the contract to be bid,
with their complete qualification and experience data.
c. List of contractor’s equipment units and laboratory equipment units which are owned, leased, and/or under purchase agreements, supported by
certification of availability of equipment lessor/ vendor or the duration of the project.
Note:
1. The Bids and Awards Committee may require additional documents/requirements agreed upon during the negotiation conference.
2. Kindly indicate the RFQ Number and date of opening of bids on the outside of the envelope.
Province of Iloilo
Bids and Awards Committee
Request for Price Quotation No: PEO-25-38-NP (TF)
Reference PR No: PEO-25-38
Terms and Conditions:
1. All entries must be filled-up, written, or printed legibly. Failure to use this form will result to disqualification of your bid.
2. Delivery period: within Two Hundred Fifty Four (254) calendar days upon receipt of the Notice to Proceed.
3. Bids and bid securities shall be valid for one hundred twenty (120) calendar days from the date of the opening of bids.
4. Bids exceeding from the Approved Budget for the Contract (ABC) shall be disqualified.
5. The participating bidder/supplier or an authorized representative must indicate an active email address or working fax number. Absence of both shall be
a ground for disqualification. Notice to the bidder through either of these means (email/working fax number) is considered sufficient notice.
6. The supplier must indicate its complete business/mailing address. Otherwise, the lack thereof is a ground for disqualification.
7. The supplier/awardee(s) must conform to the Notice of Award within three (3) calendar days from notice of such award and enter into contract with the
Procuring Entity within ten (10) calendar days from receipt by the winning bidder of the Notice of Award. Otherwise, the award shall be forfeited or
cancelled.
8. The AWARDEE shall be responsible for the source(s) of his supplies, materials, equipment and shall make deliveries in accordance with the schedule,
quality and specifications of award and purchase order. Failure of the AWARDEE to comply with the same shall be ground for the cancellation of the award
and purchase order issued to the AWARDEE.
9. All deliveries by suppliers shall be subject to inspection and acceptance by the representative of the General Services Office and End User.
10. Rejected deliveries shall be construed as non-delivery of the product(s)/item(s) so ordered and shall be subject to liquidated damages, subject to the
terms and conditions prescribed under paragraph 11 hereof.
11. Supplier shall guarantee his deliveries to be free from defects. Any defective item(s)/product(s) therefore that may be discovered by the End-User
within the warranty period after acceptance of the same shall be replaced by the supplier within seven (7) calendar days upon receipt of a written notice
to that effect.
12. Performance Security or Warranty Security, as the case may be, shall be required from the winning bidder in accordance with the provisions of R.A. No.
12009 and its Implementing Rules and Regulations.
13. When an occurrence of a tie among bidders takes place, i.e., two or more of the bidders are determined and declared as the Lowest Calculated and
Responsive Bidder (LCRB), the winning bidder shall be determined by draw lots upon notice to the bidders concerned and/or their authorized representatives
in accordance with the relevant circulars issued by the Government Procurement Policy Board (GPPB).
14. All offers/quotations must be properly sealed and marked in envelopes. Non-compliance is a ground for disqualification.
15. The printed name and signature of the bidder/supplier or of its authorized representative must be legible and verifiable and must indicate his/her
position. Non-compliance is a ground for disqualification.
16. Bidders shall prepare an ORIGINAL of the Documentary Requirements for Negotiated Procurement. In addition, bidders shall submit separate COPIES thereof
(Copy 1, Copy 2) and each set of documents must clearly indicate whether the same is ORIGINAL, COPY 1, or COPY 2. Non-compliance shall be a ground for
declaration of FAILURE/DISQUALIFICATION. In the event of any discrepancy between the original and the copies, the original shall prevail.
______________________________
Signature over Printed Name
______________________________
Position
______________________________
Firm/Company Name
______________________________
Office Address and Contact Number
I hereby certify that I have issued this Request for Quotation (RFQ) to a bonafide supplier.
(SGD)
SANDRA JOY J. GARVILLES
Signature over Printed Name
of End User/BAC Secretariat Focal Person
|
|
|
|
Line Items
|
|
Item No.
|
Product/Service Name
|
Description
|
Quantity
|
UOM
|
Budget (PHP)
|
|
1
|
Construction Projects
|
PEO-25-38-NP (TF) Rehabilitation/Repair/Improvement of Banban-Alibunan Bridge along JNR, Cabugao-Banban-Tuyongan Road, Calinog, Iloilo
|
1
|
Lot
|
50,000,000.00
|
|
|
Pre-bid Conference
|
|
Date
|
Time
|
Venue
|
|
05/11/2025
|
9:00 AM
|
Bids and Awards Committee Secretariat, 5th Floor, New Iloilo Provincial Capitol, Bonifacio Drive, Iloilo City, Philippines
|
|
|
|
|
|
|
|
Created by
|
Romeo C. Andig
|
|
Date Created
|
18/10/2025
|
|
|
|
|