One (1) Lot Repair and Maintenance of the NBI-Tarlac District Office (TARDO), Tarlac... Tender

NATIONAL BUREAU OF INVESTIGATION has floated a tender for One (1) Lot Repair and Maintenance of the NBI-Tarlac District Office (TARDO), Tarlac City. The project location is Philippines and the tender is closing on 20 Nov 2018. The tender notice number is RFQ No. 2018-002, while the TOT Ref Number is 28462143. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country: Philippines

Summary: One (1) Lot Repair and Maintenance of the NBI-Tarlac District Office (TARDO), Tarlac City

Deadline: 20 Nov 2018

Other Information

Notice Type: Tender

TOT Ref.No.: 28462143

Document Ref. No.: RFQ No. 2018-002

Financier: Self Financed

Purchaser Ownership: -

Tender Value: Refer Document

Purchaser's Detail

Name: Login to see tender_details

Address: Login to see tender_details

Email: Login to see tender_details

Login to see details

Tender Details

One (1) Lot Repair and Maintenance of the NBI-Tarlac District Office (TARDO), Tarlac City

REQUEST FOR QUOTATION

RFQ No. 2018-002

PR No. 2018- 11-1372



The National Bureau of investigation (NBI), through its Regular Bids and Awards Committee (RBAC), will undertake a Small Value Procurement for the Repair and Maintenance of the NBI- Tarlac District Office (TARDO), Tarlac City in accordance with Section 53.9 of the Implementing Rules and Regulations of Republic Act No. 9184.



The Scope of Works and Technical Specifications for the project are hereto attached. The Drawings and Plans are available at the Office of the RBAC Secretariat.



Approved Budget for the Contract

(inclusive of applicable taxes) : Eight Hundred Eighty Thousand Pesos (Php880, 000.00)



Project Site : NBI TARDO, Macabulos Drive, Brgy. San Roque, Tarlac City



Contract Duration : Forty-Five (45) calendar days from receipt of Purchase Order (PO)





TERMS AND CONDITIONS:



A. SUBMISSION OF REQUIREMENTS



The interested Contractor shall submit three (3) sets of the following financial and eligibility requirements.



1. FINANCIAL REQUIREMENTS

i. Interested contractors shall accomplish, provide correct and accurate information and submit their duly signed PRICE QUOTATION FORM (See Annex -œA-) using their official letterhead.



The Price Quotation Form shall be signed by the Owner/Proprietor/President. In the case of representatives, the Power of Attorney or Secretary-s Certificate, as the case may be, shall be attached.



ii. The Contractor shall attach to the Price Quotation Form its duly accomplished BILL OF QUANTITIES (See Annex -œB-). The Bidder or his/its duly authorized representative shall sign each and every page of the Bill of Quantities. Failure to sign each and every page of the Bill of Quantities shall be cause for rejection of the bid.



iii. The Contractor shall also submit DETAILED ESTIMATES, INCLUDING A SUMMARY SHEET, using its own form, indicating the unit prices of construction materials, labor rates, and equipment rentals used in coming up with the Bid.



2. ELIGIBILITY REQUIREMENTS



i. Contractor shall also submit certified true copies of the following documents:



(a) Mayor-s Permit/ Business Permit

(b) PHILGEPS Certificate of Registration

(c) Latest Income/Business Tax Return

(d) Omnibus Sworn Statement (See Annex -œC-)

(f) PCAB License



B. PROPER SEALING AND MARKING OF QUOTATIONS



Quotations shall be enclosed in a sealed envelope, properly marked as to include (1) the name and address of the National Bureau of Investigation-Bids and Awards Committee (NBI-RBAC), (2) the title and ABC of the project, (3) RFQ Number of the project, and (4) name and business address of the prospective Contractor.



The improper sealing and/or marking of the quotations shall not disqualify a prospective Contractor. However, the Bids and Awards Committee shall assume no responsibility for the misplacement of the contents of the improperly sealed or marked quotation.



C. PLACE AND DATE OF SUBMISSION



Quotations shall be submitted to the Office of the Regular BAC Secretariat, PPLD Building, NBI, Taft Avenue, Manila not later than 9:30 AM of November 15, 2018.



D. OPENING OF QUOTATIONS



Quotations shall be opened on November 20, 2018, at 10:00AM, at the 2nd Floor, Conference Room, NBI Main Building, Taft Avenue, Manila.



E. AMOUNT AND DENOMINATION OF QUOTATION

Price quotations exceeding the ABC shall be rejected. All price quotations shall be quoted in Philippine peso.



F. VALIDITY OF QUOTATION

Price quotations must be valid for a period of thirty (30) calendar days from date of submission of quotation.



G. NO MULTIPLE SUBMISSION OF QUOTATIONS

Multiple submission of quotations shall not be allowed. If during the opening of quotations, a Contractor is found to have submitted two or more quotations for the same project, all submitted quotations of the prospective Contractor shall be disregarded and shall be returned to the latter unopened.



G. ALTERATIONS, ERASURES AND OVERWRITING

Any alteration, erasure or overwriting shall be valid only if signed or initialed by the bidder or his/her duly authorized representative/s.



H. AWARD OF CONTRACT

Award of Contract shall be made to the contractor which submitted the lowest calculated quotation, which is found to be responsive and compliant with the minimum specifications and other terms and conditions specified herein.



I. PERFORMANCE SECURITY

To guarantee the faithful performance of the winning contractor of its obligations under the contract, it shall be required to post and submit a performance security within five (5) calendar days from receipt of notice that it has submitted the lowest calculated quotation. The Purchase Order shall be issued only after the Contractor has posted the Performance Security.



The performance security shall be in an amount not less than the required percentage of the total contract price in accordance with the following schedule:



Form of Performance Security Amount of Performance Security

(Not less than the required

percentage of the Total Contract Price)

a) Cash or cashier-s/manager-s check issued by a Universal or Commercial Bank.



10% of Contract Price





b) Bank draft/guarantee or irrevocable letter of percent (10%) credit issued by a Universal or Commercial Bank: Provided, however, That it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank.

c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security.



30% of Contract Price

J. LIQUIDATED DAMAGES

Liquidated damages equivalent to one tenth of one percent of the value of the unperformed portion shall be imposed for every day of delay.



The NBI shall have to right to rescind the contract when the cumulative amount of liquidated damages reaches ten percent (10%) of the contract price, without prejudice to other courses of action and remedies available to it.



K. RESERVATION CLAUSE

The NBI reserves the right to accept or reject any or all quotations and to impose additional terms and conditions as it may deem proper.



For further information, please contact ATTY. YEHLEN C. AGUS, Head, BAC Secretariat at 523-8231 local 2556, or Ms. EVELYN E. SIAYNGCO, Member, BAC Secretariat at 523-8231 local 5481, National Bureau of Investigation, Taft Avenue, Ermita, Manila.





Atty. LEO EDWIN D. LEUTERIO

Chairman

Regular Bids and Awards Committee







Date of Publication: 15 November 2018

PhilGEPS Website

NBI Website

NBI Bulletin Board





Name of Project: REPAIR/ MAINTENANCE OF NBI TARDO

Location : NBI TARDO, Tarlac



I. SCOPE OF WORK





ITEM I REMOVAL OF ExISTING ROOFING Quantity = 309.60 sq.m.



Removal of existing dilapidated corrogated roofing.

ITEM II REMOVAL/ CHIPPING OF ExISTING TILES & OTHER STRUCTURES

Quantity = 1.00 lot



The following are to be removed:

1. Tiles at the lobby, Area = 36 sq.m.; 2. Wooden partition @ the Admin. Staff Office, Area = 18 sq.m.; 3. Wooden flush door @ the office of AIC; 4. Wooden flush door @ the comfort room of AIC.

ITEM III WINDOWS & DOOR INCLUDING PARTITION Quantity = 1.00 lot



The following shall be fabricate and installed:

1. Partition of using 1/4" thk Hardiflex on 2" x 3" x 1.20mm metal stud framing (double wall);



2. D1 (0.80 x 2.10m) glass door on aluminum powder coated frame with complete accessories; and

3. D2 (0.60 x 2.10m) PVC flush door with lockset.

ITEM IV ROOFING AND TINSMITHRY Quantity = 356.00 sq.m.



Install a Polyurethane backed Long Span Roofing Rib Type 25mm x 0.50mm with 5mm thk Insulation including the ridge roll and other accessories need to complete the item.

ITEM V CARPENTRY & JOINERY WORKS (Ceiling) Quantity = 30.00 sq.m.



Use the following materials:

1) 4.50 mm Fiber Cement Board; 2) 2" x 2" Ceiling Joist and other materials needed to complete the item.



ITEM VI UNGLAZED TILES Quantity = 36.00 sq.m.



Use 600mm x 600mm Ceramic Unglazed floor finish (Local Brand).



ITEM VII WATER PROOFING OF CONCRETE GUTTER Quantity = 51.75 sq.m.



Supply and apply of water proofing on existing concrete gutter.



ITEM VIII PAINTING & OTHER RELATED WORKS Quantity = 170.00 sq.m.



Paint the following:

1. Newly installed partition; 2. Ceiling at clearance area;

3. Stairs from ground floor to second floor using rubberized paint; 4. Interior wall and other areas as required.

ITEM Ix ELECTRICAL WORKS (Lightings) Quantity = 1.00 lot



Install the following lightings: 1) 32 sets - Bulb;

2) 63 sets - Flourescent fixtures.

ITEM x FENCING

Quantity = 21 ln.m.



Use 3/4" square steel bar, space at 100mm for fencing grill as shown in the drawing.



ITEM xI CONCRETE PAVEMENT DRIVEWAY W/ REINFORCEMENT Quantity = 35 sq.m. Thickness = 0.15m

Use class "A" mixture. Provide forms.

ITEM xII PROJECT BILLBOARD / SIGNBOARD Quantity = 1.00 each



1/4" Marine Plywood

Assorted Lumber

Tarpaulin

Assorted CWN



ITEM xIII OCCUPATIONAL SAFETY & HEALTH PROGRAM Quantity = 1.50 month



ITEM xIV MOBILIZATION/ DEMOBILIZATION Quantity = 1.00 lump sum



II. TECHNICAL SPECIFICATIONS



I. GENERAL REQUIREMENTS



1.01 RELATED SECTIONS:

All applicable provision of the different divisions of the Specifications for each work trade shall apply for all items cited in this Summary.



1.02 INFERRED ITEMS OF WORK:

Materials and Workmanship deemed necessary to complete the works but NOT specifically mentioned in the Specifications, Working Drawings, or in the other Contractor-s/Builder-s Documents, shall be supplied and installed.



1.03 SPECIFICS:

Materials specifically mentioned in this Summary shall be installed following efficient and sound engineering and construction practice, and especially as per manufacturer-s application for installation specifications that shall govern all works alluded to in these Specifications.



1.04 SCOPE OF WORK:

1. These specifications are intended to cover all labor, equipment needed and materials required to complete repair of the mentioned above project as shown in the working drawings and described herein.



2. Materials and or works not specifically mentioned in the specifications, Working Drawings and other Contract Documents, but is implied and deemed necessary to complete the work shall be supplied by the Contractor and executed in a workman like manner, of appropriate number, location, size, and of the highest quality available without extra cost to the NBI/owner.



3. The NBI/owner preserves the right to alter and/ or omit any part of the plans with the approval of the architect/ engineer. Any extra change must be submitted to the Architect for approval before acceptance.



4. The contractor shall guarantee the construction, except for works with specific guarantee for a period of one (1) year after final acceptance by the owner. He shall repair, replace and make good at his expense and warranty due to the defective workmanship and/ or inferior quality of materials.



5. Protect all structures including works of other trades from damages and injury.



The scope of work includes removal of existing roofing, removal/ chipping of existing tiles & other structures, windows & door including partition, roofing and tinsmithry, carpentry & joinery works (ceiling), unglazed tiles, water proofing of concrete gutter, painting & other related works, electrical works (lightings), fencing, concrete pavement driveway w/ reinforcement, project billboard/signboard, occupational safety & health program & other works, mobilization/ demobilization, disposal of waste materials, equipment and other works necessary to complete the project and render it operational and ready for use. Refer to the Technical Specifications for Repair of NBI TARDO, Tarlac.



Works consist of the Repair/ Maintenance of NBI TARDO. Materials and finishes for new facilities are part of the scope of work and shall be supplied and installed by the Builder-s/ Contractor as part of his scope of work for the project.





II. TEMPORARY FACILITIES AND UTILITIES



1. Provide and pay all cost for all gas, water, and electric required for the performance of the work.

2. Temporary fence: Furnish all install all temporary fences around the entire construction area. Provide all necessary materials.

3. Enclosure: Provide and maintain all required scaffold, barricades and other temporary construction necessary for the completion of the work in compliance with all pertinent safety and other regulations.



III. ARCHITECTURAL & CIVIL WORKS





1. Boarding up and warehouse shall be provided by contractor/builders for the duration of the project.



2. Clearing, excavation, backfilling and other site works including cleaning of prescribed area in preparation for repair of the above mentioned project.



3. Repair of NBI TARDO. This includes the removal of existing corrugated roofing, removal/ chipping of tiles at the lobby and removal of others structures such as wooden partition at admin. Staff, wooden flush door at the office of AIC, wooden flush door at the comfort room of AIC including mobilization/ demobilization.



4. For partition use A1/4- thick hardiflex on 2- x 3- x 1.20mm metal stud framing (double wall).



5. Provision doors for D1 - 0.80 x2.10m glass door on aluminum powdered coated frame with complete accessories and D2 - 0.60 x 2.10m PVC flush door with lockset.



6. Replace the existing roofing using pre-painted long span G.I. roofing rib type 25mm x 0.50mm and install 5mm thick insulation prior the installation of the said roofing as shown on the drawing.



7. Use 4.50mm thick fiber cement for ceiling on 2- x 2- good lumber ceiling joist.



8. Use 60cm x 60cm ceramic (local brand) unglazed floor finish tiles as shown on the approved plans.



9. Supply and apply of water proofing on existing concrete gutter.



10. Provision for painting of newly installed partition, new ceiling at clearance area, stairs from ground floor to second floor using rubberized paint, interior wall and other areas as required using Architect-approved one brand only all throughout.



11. Fencing. Use A3/4- square bar vertical and horizontal grill.



12. Provision of the reinforcing steel bar for concrete pavement driveway using 10mm diameter for, fy=275mpa (33.000psi).



13. Use class -œA- mixture for concrete pavement driveway and 150mm thick.





V. ELECTRICAL



1. Provision of lightings, switches, service wires, and other electrical requirements as shown on the approved plans.



VI. GENERAL NOTES FOR STRUCTURAL

1. In the interpretation of the drawing indicated dimensions shall govern and distances and sizes not be scaled for construction purposes.

2. In reference to other drawings see architectural drawings for depressions in floor slabs opening in the walls and slabs interior partitions, location of drains etc.

3. In case of discrepancies as to the layout dimensions and elevations between the structural plans and architectural drawings the contractor shall notify both the structural engineer end the architect.

4. All concrete work shall be done in the accordance with the ACI.318 95 Building Code requirements for reinforced concrete and all structural steel work according with AISC Specification (9th Edition) in so far as they do not conflict with the local Building Code requirement.

5. ACI refers to American Concrete Institute, AISC to American Institute of Steel Construction and ASTM to American Society for Testing Materials.

6. Constructions/ repair notes and typical details apply to all drawings unless otherwise shown or noted modify typical details as directed to meet special condition.

7. Shop drawings with erection and placing of all structural steel miscellaneous iron, pre-cast, etc. shall be submitted for engineer's approval before fabrication.

8. All result of materials testing concrete, reinforcing bars, & steel must be noted & approved by the engineer.



A. CONCRETE MIxES & PLACING



1. All concrete shall develop a min. compressive strength at the end of twenty eight (28) days w/ corresponding maximum size aggregate & slumps as follows:



LOCATION 28DAYS STRENGHT MAx. SIZE OF AGGREGATE MAx. SLUMP

All others 4000 psi (27.60Mpa.) 20mm 100mm

Including Suspended Slabs 4000 psi (27.60 Mpa.) 20mm 100mm

Beams, Slabs 4000 psi (27.60 Mpa.) 20mm 100mm

Slab on Fill 3000 psi (27.60 Mpa.) 20mm 100mm



2. Maintain minimum concrete cover for reinforcing steel as follows.

Suspended slab------------------..20mm

Slab on grade-------------------..20mm

Walls above grade-----------------..20mm

Beam stirrups and column tiles----------. .20mm

Where concrete is exposed to------------20mm

Earth but poured against forms-----------20mm

Where concrete is deposited------------..20mm

Directly against earth---------------...20mm



3. Concrete shall be deposited in its final position without segregation. Re-handling or placing shall be done preferably with buddies, buckets or wheel barrows, no chutes will be allowed except to transfer concrete from hoppers to buggies, wheelbarrows or buckets in which case they shall not exceed six (6) meters in aggregate length.

4. No depositing of concrete shall be allowed without the use of vibrators unless authorized in writing by the designer and only for unusual conditions where vibrators are extremely difficult to accomplish.

5. All anchor bolts dowel and other inserts, shall be properly positioned & secured in place prior to placing concrete.

6. All concrete shall be kept moist for minimum of seven consecutive days immediately after pouring by the used of wet burlap, fog spraying, curing compounds or other approved methods.

7. Stripping of forms and shores:



Foundations-----------------------24 hrs

Suspended slab except when

Additional loads are imposed---------------8 days



Walls--------------------------21 days

Beams-------------------------.14 days

Columns------------------------..21 days



8. The contractor shall submit the schedule of pouring and the location of the construction joints to the structural engineer at least four (4) days prior to the pouring for approval.

9. The contractor shall furnish and maintain adequate and shoring until the concrete members have attained their working condition and strength.





B. WELDS



1. Use E70x electrodes for all members welded.

2. Welds shall develop the full strength of members joined unless otherwise shown or detailed in the drawings.



C. STEEL

1. All welded connections shall strength of the members connected.

2. Unless otherwise specified all welding rods shall conform to E60 electrodes.

3. Miscellaneous metals item including accessories, incidentals fastening and anchorage, not specifically mentioned herein or in other sections but are required to complete the work, and for which there are no detail drawings, shall be provided and installed in accordance with the standard practice of the trades approved by the Engineer/ Architect.



VII. MOBILIZATION/ DEMOBILIZATION

The contractor shall be responsible for the mobilization and demobilization of equipment and workers and shall furnish list of equipment, materials and manpower to be used for the project.

The contractor shall determine actual location, arrangement and quantities of equipment and materials needed to complete the project.





ANNEx -œB-





Name of Project: REPAIR/ MAINTENANCE OF NBI TARDO

Location: NBI TARDO, Tarlac



BILL OF QUANTITIES



ITEM Description Qnty Unit UNIT COST

(in words and in figures)

Php TOTAL COST

(in words and in figures)

Php %

I Removal of Existing Roofing 309.60 Sq.m.

II Removal/Chipping of Existing Tiles and Other Structures 36 Sq.m.

III Windows and Door, including Partition 1 lot

IV Roofing and Tinsmithry 356 Sq.m.

V Carpentry and Joinery Works (Ceiling) 30 Sq.m.

VI Unglazed Tiles 36 Sq.m.

VII Waterproofing of Concrete Gutter 51.75 Sq.m.

VIII Painting and Other Related Works 170 Sq.m.

Ix Electrical Works (Lightings) 1 lot

x Fencing 21.60 l.m.

xI Concrete Pavement Driveway with Reinforcement 35 Sq.m.

xII Project Billboard/Signboard 1 each

xIII Occupational Safety and Health Program 1.50 months

xIV Mobilization/

Demobilization 1 Lump sum

TOTAL





Line Items

Item No.Product/Service NameDescriptionQuantityUOMBudget (PHP)

1Construction ProjectRepair and Maintenance of the NBI-Tarlac District Office (TARDO), Tarlac City1Lot880, 000.00





Other Information

For further information, please contact ATTY. YEHLEN C. AGUS, Head, BAC Secretariat at 523-8231 local 2556, or Ms. EVELYN E. SIAYNGCO, Member, BAC Secretariat at 523-8231 local 5481, National Bureau of Investigation, Taft Avenue, Ermita, Manila.

Closing Date : 2018-11-20

Documents

 Tender Notice


Procurement Documents for Philippines

Access a comprehensive library of standard procurement documents specific to Philippines. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in Philippines

Explore Procurement Documents for Philippines


Want To Bid in This Tender?

Get Local Agent Support in Philippines and 60 More Countries.

View All The Services


View Tenders By


Publish Tenders


Have Any Dispute With The Purchaser?