PAMANTASAN NG LUNGSOD NG MAYNILA has floated a tender for Supply and Installation of Elevator. The project location is Philippines and the tender is closing on 21 Nov 2018. The tender notice number is 2018-I-11, while the TOT Ref Number is 27925983. 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 : Supply and Installation of Elevator

Deadline : 21 Nov 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 27925983

Document Ref. No. : 2018-I-11

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

Supply and Installation of Elevator

Section I. Invitation to Bid

PAMANTASAN NG LUNGSOD NG MAYNILA

(University of the City of Manila)

Intramuros, Manila

Invitation to Bid for Supply and Installation of Elevator



1. The Pamantasan ng Lungsod ng Maynila (PLM), through the PLM-s Corporate Budget for the contract approved by the Board of Regents for CY 2018 intends to apply the sum of Three Million Pesos (PhP3, 000, 000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for Supply and Installation of Elevator / 2018-I-11. Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The Pamantasan ng Lungsod ng Maynila (PLM) now invites bids for Supply all labor, supervision, equipment and materials for the Supply, Delivery, Dismantling, Installation and Commissioning of One (1) Unit Brand New Passenger Elevator with Brand New and Appropriate Materials for the completion of the project at PLM. Completion of the Works is required One Hundred Twenty (120) Calendar Days starting on the date indicated in the Notice to Proceed (NTP). Bidders should have completed a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders.

3. Bidding will be conducted through open competitive bidding procedures using non-discretionary -œpass/fail- criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the -œGovernment Procurement Reform Act.-

Bidding is restricted to Filipino citizens/sole proprietorships, cooperatives, and partnerships or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.

4. Interested bidders may obtain further information from Pamantasan ng Lungsod ng Maynila (PLM) and inspect the Bidding Documents at the address given below from Monday to Friday, 8:00 a.m. to 5:00 p.m.

5. A complete set of Bidding Documents may be acquired by interested bidders on 25 October 2018 to 21 November 2018 from the address below Five Thousand Pesos (PhP5, 000.00).

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 applicable fee for the Bidding Documents not later than the submission of their bids.

6. The Pamantasan ng Lungsod ng Maynila (PLM) will hold a Pre-Bid Conference on 07 November 2018, 2:00 p.m. at Pamantasan ng Lungsod ng Maynila, Ground Floor, President Ramon Magsaysay Entrepreneurial Center (PRMEC), General Luna corner Muralla Streets, Intramuros, Manila, which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat at the address below on or before 21 November 2018, 2:00 p.m. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.

Bid opening shall be on 21 November 2018, 2:00 p.m. Pamantasan ng Lungsod ng Maynila, President Ramon Magsaysay Entrepreneurial Center (PRMEC), General Luna corner Muralla Streets, Intramuros, Manila. Bids will be opened in the presence of the bidders- representatives who choose to attend at the address below. Late bids shall not be accepted.

8. The Pamantasan ng Lungsod ng Maynila (PLM) warns the public/bidders of unscrupulous individuals and groups posing as officers/employees of the PLM soliciting money, gifts, favors or benefits for alleged aid for whatever purpose. DO NOT GIVE anything to these unscrupulous individuals and groups. The PLM thus enjoins the cooperation of the public/bidders to report these individuals/groups to the PLM-Bids and Awards Committee and BAC Secretariat.

9. The Pamantasan ng Lungsod ng Maynila (PLM) reserves the right to 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 Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.

10. For further information, please refer to:

Contact Name : Atty. MAY ANGELI M. ESTOLAS

Mr. RON MARR P. EVANGELISTA

PLM-BAC Secretariat Head/ Project Coordinator

Procurement Office, Ground Floor, Gusaling Villegas,

Pamantasan ng Lungsod ng Maynila

Gen. Luna corner Muralla Streets, Intramuros, Manila

Telefax No. : (02) 528-4592

e-mail : procurement@plm.edu.ph

Website : www.plm.edu.ph





Line Items

Item No.Product/Service NameDescriptionQuantityUOMBudget (PHP)

1Supply and Installation of ElevatorSupply all labor, supervision, equipment and materials for the Supply, Delivery, Dismantling, Installation and Commissioning of One (1) U1of the project at PL1Lot3, 000, 000.00



Pre-bid Conference

DateTimeVenue

07/11/20182:00 PMPamantasan ng Lungsod ng Maynila, Ground Floor, President Ramon Magsaysay Entrepreneurial Center (PRMEC), General Luna corner Muralla Streets, Intramuros, Manila





Other Information

Section VI. Specifications

Bidders must state here either -œComply- or -œNot Comply- against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of -œComply- or -œNot Comply- must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer-s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidders statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the provisions of ITB Clause Error! Reference source not found. and/or GCC Clause Error! Reference source not found..

TERMS OF REFERENCE



GENERAL NOTES AND CONDITIONS



1. The general conditions and provisions of the Terms of Reference and the contract not in conflict with these Specifications and the drawings form part of and are included in this section of these Specifications.



2. The Contractor shall guarantee PLM that they are capable of completing the work as specified in the approved plans, scope of work and specifications, bill of materials and contract for the Procurement of Passenger Elevators for PLM.



3. The Contractor shall possess a PCAB license with specialty in Elevator with at least a Size Range of Small B and License Category C&D for General Building / General Engineering. The Contractor shall perform all work in accordance with all conditions stipulated in the contract.



4. The Contractor shall provide experienced and qualified manpower, tools, materials and equipment which are capable of producing the quality and quantity of work required to complete the project as specified in the approved scope of work and specifications, within time as specified in the approved contract.



5. The Contractor shall undertake all the contingencies and other necessary works to complete the project as it is intended by the PLM authorized representative. Bid tendered shall be deemed complete in all aspects of the work. Drawing and Specifications: the contract documents, agency estimate, instructions, drawings, scope of work and specifications shall be considered as one, such that whatever is called for by any of the documents shall be binding as if called for by all. In case of discrepancy between the Drawings and Specifications, the former shall prevail.



6. The Contractor shall comply with PLM-s service and operational requirements regarding occasional and reasonable work stoppage due to dust and noise problems.



7. Prohibitions:

a. Smoking shall not be allowed within building, work and storage area.

b. Drinking of liquor shall not be allowed within the site.

c. Gambling of any type is strictly prohibited within the site.

d. Carrying of items determined by PLM as -œdeadly instrument- is strictly prohibited within the site.

e. Workers are not allowed to eat within the project work area.



8. Washing area (to be determined by PLM) and facilities (to be provided by the Contractor) shall be maintained for sanitation purposes.



9. The Contractor is required to provide its workers with safety harness, goggles, facemasks or shields when performing welding works.



10. All employees of the Contractor at the jobsite shall wear T-shirts marked with Contractor-s company name and valid company I.D.



11. Stairways, passageways and all access ways shall be kept free from construction materials and obstructions at all times.



12. The Contractor shall thoroughly clean the project site including all areas disturbed by renovation activities to the full satisfaction of PLM.



13. All works shall comply with applicable regulations of authorities having jurisdiction on the project.



14. Standards of Material: The materials to be replaced shall serve as the minimum standard as to the size, strength, quality or class of the replacement materials.



15. The visible silence of these Specifications and the Drawings to any detail, or noticeable omission from them of a detailed description concerning any materials shall be regarded to mean that -œonly materials of first class quality shall be used.



16. The work shall be executed in a workmanlike manner and in accordance with the best practices employed in modern construction/installations:

a. All materials to be supplied and installed be brand new free from defects and must conform to the specifications.

b. The Contractor shall execute all works in compliance with the requirements of the Scope of Works and Terms and Conditions and all parts and materials shall be subjected to inspection and acceptance by PLM, through PFMO and TIT.

c. The Contractor shall strictly observe the sanitation, safety and security rules and regulations of the PLM in the execution of this project.

d. The Contractor shall be fully responsible for safety, protection, security and convenience of its personnel, third parties and the public at large as well as its works, equipment, installation and the like to affect by the implementation of this project.

e. Any damage to the system, facilities and equipment of PLM due to the negligence, theft or pilferage, directly or indirectly caused by the Contractor personnel shall be immediately repaired, restored or replaced by the Contractor for its account. Any repair, restoration or replacement made by PLM for the same purpose shall be deducted from any payable account of the Contractor.

f. PLM shall fully settle the charges due upon Acceptance of the Project by PFMO and TIT.

g. All materials, labor, equipment supplied and execution of all works shall be guaranteed for two (2) years with a certification of guarantee issued by the supplier upon acceptance by PLM.



17. Only competent and efficient workers shall be employed by the Contractor and shall, upon written request of PLM, remove from the project site any employee who, in the opinion PLM, is incompetent or who obstruct the progress of the work.



18. The Contractor shall be responsible for all injury to persons and damage to PLM and other property caused by the execution of the works and shall be liable for any claims against PLM on account of such injury and / or damage.

19. The Contractor shall likewise provide necessary precaution to protect the property of the Owner against rain or other stormy weather condition and / or theft. The Contractor shall be liable for any such damage or loss.



SCOPE OF WORK



1. Under these specifications, together with the plans, the contractor shall supply all labor, supervision, equipment and materials for the Supply, Delivery, Dismantling, Installation and Commissioning of one (1) unit brand new passenger elevators with brand new and appropriate materials for the completion of the Project at PLM.



2. The Contractor shall secure a permit from the Intramuros Administration-s (IA) authorized representative having the jurisdiction on institutions inside Intramuros.

3. The Contractor shall install electric and water sub meters prior to start of work and shall be witnessed and approved by PLM.



4. The Contractor shall provide adequate signage and safety precautions in the entire proximity of the Project site.



5. The Contractor shall ensure safety of its worker by checking all electrical supply for the elevator in the Electrical Room, ample lighting, ventilation inside the elevator shaft, safety harness and other PPEs required during the installation of elevators.



6. The Contractor shall take photograph on all works that will be done in the Project including the existing elevator to be replaced before the dismantling.



7. The Contractor shall dismantle, package and properly store the existing elevator units and parts in the designated space allocated by PLM. Chipping of concrete for the access of elevator motor, replacement of elevator doors and buttons shall only be done after office hours, weekends or holidays.



8. The Contract shall supply, deliver and install sump pump.



9. Removal of rust and painting of steel beams shall be done before the installation of Permanent magnet (PM) motor.



10. The Project Engineer must be present during the Installation of Elevator PM motor and Car and an Electrical Engineer during the installation of wiring and connection to the power supply.



11. The Contractor shall restore all affected areas to its original condition during the installation and commissioning of the elevator units.



12. The Contractor must inform and coordinate with the PFMO and TIT one (1) week before the testing and commissioning.



13. The Contractor must submit the soft & hard-copy of the before and after installation photograph of the elevator units upon completion of installation and commissioning of the elevator units.



14. The Contractor must submit the soft & signed and sealed hard-copy of the Hoist way, Machine Room, Elevation and Electrical as-built plans of the elevator units before acceptance of the installation and commissioning of the elevator units.



15. The Contractor must submit a certification stating that the manufacturer of elevator units to be supplied is ISO 9001/14001 certified.



16. The elevator manufacturer must have at least one (1) authorized service center in Metro Manila area for at least three (3) years.



ELEVATOR SPECIFICATIONS:



The passenger elevator shall have the following minimum specifications and features:

Elevator Use/ Model One (1) unit passenger elevator

Capacity 630 Kg. / 9 persons

Speed 1.0 MPS

Motor Permanent Magnet gear less motor

CAR DESIGN

Number of stops Seven (7)

Number of Openings (Front) Seven (7)

Ceiling Arco 4

Walls Hairline stainless steel

Door Opening 800 mm x 2100 mm height

Car Sill Extruded hard aluminum

Doors in all floors Hairline finished stainless steel sheet

Electric Power Supply 220 VAC, 3 Phase, 60 Hertz

Electric Lighting Supply 220 VAC, 3 Phase, 60 Hertz

Other Features Automatic Rescue Device



TERMS AND CONDITIONS



1. The Project must be completed within one hundred twenty (120) Calendar Days starting on the date indicated in the Notice to Proceed.



2. Warranty of the equipment and execution of all works shall be guaranteed by the Contractor upon acceptance by PLM for one (1) year. The warranty shall include monthly preventive maintenance, including labor and parts.



Warranty obligations shall commence upon Completion and Final Acceptance of the Project.



In order to assure that manufacturing defects shall be corrected by the Contractor, a warranty shall be required from the Contractor for a period of one (1) year. The obligation for the warranty shall be covered by, at the Contractor-s option, either retention money in an amount equivalent to ten percent (10%) of every progress payment or a special bank guarantee equivalent to ten percent (10%) of the total Contract Price. The said amount shall only be released after the lapse of the warranty period.





3. Payment will be made as follows:

a. Fifty percent (50%) upon delivery of Elevator Units

b. Full payment upon completion and acceptance by the PFMO and TIT

c. All payments will be subjected one percent (1%) retention fee and five percent (5 %) creditable VAT and two percent (2 %) Expanded Withholding Tax.

d. The penalty for each day of delay shall be one-tenth (1/10) of one percent (1%) of the total unperformed works.



4. The Supplier shall execute all the works in strict compliance with the requirements of the scope of work and terms and conditions and all parts and materials shall be subject to inspection and acceptance by PLM representative/s.



5. The Supplier shall secure Contractor-s All Risk Insurance (CARI) for the duration of the project.



OTHER REQUIREMENT/S



1. The bidder must be of good standing and has at least satisfactory performance with respect to its latest completed project with the Phil. Government. (Note: This is applicable only to the prospective bidder with previous infrastructure project/s or contract/s with the Phil. Government which was/were: (i) awarded through Public Bidding, Limited Source Bidding or Negotiated Procurement-Two Failed Biddings; and (ii) entered into within the past three (3) years prior to the date of bid submission. For evaluation/verification purposes, the eligible bidder may be asked to provide additional information regarding its statement prior or during the post-qualification evaluation).



2. The Contractor must be an authorized partner/reseller of the elevator manufacturer or distributor. (For evaluation/verification purposes, the eligible bidder may be asked to provide additional information regarding its statement prior or during the post-qualification evaluation).



I hereby certify to comply with the above Technical Specifications / Terms of Reference.

____________________________

Name of Company/Bidder

___________________________

Signature over Printed Name of Bidder/ Authorized Representative ______________

Date

Closing Date : 2018-11-21

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?