Tender Details
Title

Repair and Renovation of the Office of Investigation Division, CIIS BUREAU OF CUSTOMS

Country
Language
English
Organization
Published Date
15.10.2024
Deadline Date
18.10.2024
Overview
Repair and Renovation of the Office of Investigation Division, CIIS Request for Quotation (RFQ)   Reference Number 11356233   Procuring Entity BUREAU OF CUSTOMS   Title Repair and Renovation of the Office of Investigation Division, CIIS   Area of Delivery   Printable Version Solicitation Number: BOC-GOODS-RFQ-121-2024 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods Category: Construction Projects Approved Budget for the Contract: PHP 990,578.06 Delivery Period: 75 Day/s Client Agency: Contact Person: ISAGANI DATUIN GALSIM CHIEF ADMINISTRATIVE OFFICER Gate 3, South Harbor Manila Metro Manila Philippines 63-2-5279757 bacsecretaria@customs.gov.ph Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 15/10/2024 Last Updated / Time 15/10/2024 12:00 AM Closing Date / Time 18/10/2024 10:00 AM Description 1 LOT A. GENERAL CONDITIONS Complete all works for the project “Repair and Renovation of the Office of Investigation Division, CIIS” including supply of all materials, equipment, and systems, as well as the performance of all necessary labor and processes, in accordance with the plans, specifications, the Bidding Documents, the Terms of References and other related contract documents. The contractor is not limited to the scope of works listed. He should verify all plans and actual conditions for the necessity of work. If the actual situation calls for demolition, removal, and relocation he shall include such and all concomitant works to finish as part of the scope of work. Any discrepancies found between the drawings and specifications and the site conditions or any errors or omissions in the drawings or specifications should be clarified with the Architect/Consultant/Engineer. Should the contractor fail to verify or clarify discrepancies, errors, conflicts, or omissions in the drawings and specifications, it shall be deemed that the contractor has included in the preparation of his bid the necessary works, materials, or items needed to satisfy the general scope of works. During the renovation phase to completion, the contractor shall deploy a licensed civil engineer and architect to supervise and direct the work of his staff in carrying out the activities required to ensure that the specified works are constructed in full accordance with the approved Contract Documents and shall be responsible for all aspects of the project. B. SCOPE 1. Mobilization a. Preparation of logistics of contractor’s equipment; b. Setting up of temporary facilities within the site; c. Setting up of necessary water and power lines required for the Project; d. Setting up of Temporary Fence Enclosure; e. Installation of Project Details Tarpaulin Signage (30x20”) with Frame located at the front of the Project Site Location; and f. Inventory of items to turn over. 2. Demobilization a. Site demolition and dismantling of existing concrete walls, dry walls, ceiling and electrical wirings; b. Hauling of debris and materials from the project site to the appropriate disposal area; and c. Within 10 calendar days upon completion of the project, the Contractor shall submit One (1) Complete Set of As-Built Plans (printed in blueprinted paper) duly signed and sealed by the Contractor, drawn in 24” x 36” drawing sheets. 3. Carpentry Works a. Supply and installation of 9mm thk. ficem board with complete standard metal furring support on all ceilings as shown in the plans and Bill of Quantities (BOQ); b. Supply and installation of 9mm thk. ficem board with complete standard metal stud support on all drywalls as indicated in the plans and BOQ; c. Installation of fluted PVC wall panel backdrop as shown in the perspective and BOQ; and d. Fabrication of built-in cabinets, shelves and reception table as indicated in the plans, perspective and BOQ. 4. Painting Works a. All surface defects shall be repaired and all surfaces shall be scraped to remove deteriorated coatings and other deleterious materials. Surfaces shall then be cleaned with steam or with a commercial cleaner to remove all grease, oil, and chemical residues; b. Prior to painting works, surfaces on masonry, wood, and metal must be free from any dirt, grease, old paint, and rust, eliminate loose or peeling paint, and get rid of rust deposits before applying primer/putty and paint finish; and c. Contractor shall ensure that all delivered painting materials to the work site shall be in original containers with seals and labels intact. Containers shall not be opened until after they have been inspected by the end-user or its duly authorized representative. 5. Finished Hardware a. Supply and Installation of tempered glass door for the main door as indicated in the plans and BOQ; b. Supply and Installation of solid panel doors including door jambs and accessories as indicated in the plans and BOQ; c. Supply and Installation of hidden door with PVC fluted wall panel including complete accessories as indicated in the plans and BOQ; and d. Supply and Installation of PVC doors for comfort rooms with complete accessories as specified in the plans and BOQ. 6. Floor and Tiling Works Supply and installation of 60cm x 60cm floor tiles including wall tiles for comfort rooms as specified in the plans and BOQ. 7. Plumbing Works Replacement of water closets, wall-hung lavatories, urinal, pipes and fittings with complete accessories as indicated in the plans and BOQ. 8. Electrical Works a. Supply and installation of all lighting fixtures as shown on the Reflected Ceiling Plan (RCP) or as specified by the architect and/or end-user’s representative; b. Supply and installation of wiring devices, switches, outlets, and accessories as shown in the plans and BOQ; and c. Supply and installation of wiring cables and roughing-ins as per plans and BOQ. 9. Concrete and Masonry Works Provision of concrete walls for the interview room as shown in the plans and BOQ. 10. Others Supply and installation of 2-pc. 700 mm diameter BOC seals as indicated in the plans and BOQ. 11. Permits, Licenses, and Taxes a. The contractor shall secure and pay all permits, fees, licenses, taxes, etc. necessary for the execution of the general construction works for the project. b. The contractor shall prepare the complete Contract Documents consisting of detailed designs and construction drawings (architectural, electrical, structural, mechanical, plumbing/sanitary, electronic and communication layout) in accordance with the Municipal Engineering Office for the building permit purposes; and c. The contractor shall prepare a weekly progress report which shall include an overall progress chart based on actual physical accomplishment of construction work and a progress chart based on actual value of accomplished construction work, among others. 12. Certification a. The contractor must possess at least a PCAB License Category C&D, Size Range Small B; b. The contractor shall submit a Certificate of Satisfactory Performance issued by the Bureau of Customs (BOC) (for entities with previous/ongoing contract/s with the BOC); in the absence of contract/s with BOC, from any other office/agency; and c. The contractor shall submit an International Organization for Standardization (ISO 9001:2015) Certificate in construction and contracting issued by an ISO certifying body. 13. Terms of Payment The Billing Schedule specified in the table below shall be followed by the contractor: Order of Billing Project Accomplishment Percentage First (1st) Billing At least 50% of the work has been accomplished Second (2nd) Billing At least 80% of the work has been accomplished Final Billing 100% accomplished C. SPECIFICATIONS All drawings, whether small scale or detailed drawings, are intended to work in unison with the specifications and to form part thereof, when figures are given, they are to be followed in preference to measurement by scale. Anything shown in the drawings but not mentioned in the specifications (or vice-versa) or anything not expressively set forth in either (but which is reasonably implied) shall be furnished and installed as thought specifically shown in mentioned both. 1. Pre-Construction Phase Guidelines a. A joint site inventory must be conducted and signed by the contractor, GSD, and end-user; b. The contractor must submit to GSD his Program Evaluation Review Technique (PERT) Chart/Critical Path Method (CPM) chart in Gantt Chart Form before the start of the project; c. The contractor must submit to GSD the list of manpower that shall be utilized for the project along with their respective designations/roles and corresponding qualifications. The most notable figure for the project must be the project manager, preferably an architect or engineer; and d. The minimum work experience requirements for key personnel are the following: Key Personnel Requirement Relevant Experience Project-In-Charge Bachelor of Science in Architecture/Bachelor of Science in Civil Engineer (Licensed Civil Engineer/ Licensed Architect) and Building Construction Experience Five (5) years Registered Electrical Engineer Registered Electrical Engineer and Building Construction Experience Five (5) years Master Plumber Registered Master Plumber and Building Construction Experience Five (5) years Safety Officer Building Construction Experience, National Certification Level II and Construction Occupational Safety and Health (COSH) Certificate Five (5) years Foreman Building Construction Experience Five (5) years Carpenter Building Construction Experience Five (5) years Welder Building Construction Experience and National Certification Level II Five (5) years Plumber Building Construction Experience and National Certification Level II Five (5) years Electrician Building Wiring Installation Experience and National Certification Level II Five (5) years Painter Building Construction Experience Five (5) years Mason Building Construction Experience Five (5) years Tile Setter Building Construction Experience Five (5) years Laborer Building Construction Experience Three (3) years Warehouseman Building Construction Experience Three (3) years e. The minimum major equipment requirements are the following: Equipment/Tools Number of Unit/s 1 4x2 Mini Dump Truck (4 cubic meter Capacity) 1 lot/ as necessary 2 6-wheeler Elf Truck (18ft length) 1 lot/ as necessary 3 One Bagger Concrete Mixer 1 unit 4 Chipping Gun 1 unit 5 Jackhammer 1 unit 6 Rotary Hammer Drill 2 units 7 Electric Drill 2 units 8 Cut Off Machine 1 unit 9 Electric Jig Saw 1 unit 10 Circular Saw 1 unit 11 Table Saw 1 unit 12 Angle Grinder 2 units 13 300A Welding Machine 2 units 14 Megger Test Equipment 1 unit 15 Multi-Tester Equipment 1 unit 16 Self-Levelling Laser 2 units 17 Nail Gun 1 unit 18 Paint Sprayer 2 units 19 Air Compressor 2 units 20 Pipe Fusion Welding Machine 1 unit 21 Tile Cutter Machine 1 unit 22 Vacuum Cleaner 2 units 23 Electric Sander 1 unit 24 Wood Router 1 unit 25 Pressure Washer 1 unit 26 Construction Ladder 1 lot 27 Scaffolding and accessories 1 lot 28 Personal Protective Equipment (PPE) 1 lot 2. Implementation Phase Guidelines a. The contractor must submit Weekly Progress Reports as mentioned in Item B.11.c of this document including photo documentation and weather updates to GSD; b. The contractor must submit weekly their daily list of manpower; c. The project manager, who must be a technical professional, must be present at the project site at all times to properly monitor/oversee the project as technical representative of the contractor’s side; d. BOC, thru its Technical Inspection and Acceptance Committee (TIAC) for Civil Works, reserves its right to conduct monitoring inspections, aside from the inspections for billing purposes. The project manager must always be present, especially during inspections for billing purposes, to ensure proper communication instead of relying on the foreman or laborers only; e. The approved floor plan and perspective drawings must be posted on a wall or board so that they are readily available and visible whenever necessary; f. Materials to be used in the construction/renovation must follow those specified in this document (Scope of Work), the drawings, and/or the BOQ. The Contractor must first secure proper approval of materials to be installed via a written document duly approved by both the end-user and GSD. Any change in materials must also have proper indorsement thereafter. g. All testings/activities (e.g., waterproofing test, leak test, slump test, continuity test, insulation resistance test, earthing test, pest control chemical certificate, etc.) conducted by the contractor must be done with the presence of a GSD Engineer/Architect. Corresponding reports must be submitted to GSD for documentation and validation within three (3) calendar days upon completion of the said testing/activity; and h. Punchlisting shall be conducted upon 95.00% completion as ascertained by the TIAC. 3. Carpentry Works All wood shall be treated with colorless anti-termite wood preservatives. a. Ceiling Ceiling works shall utilize 9mm ficem board with complete standard metal furring supports. b. Wall Drywall Partition Use 9mm thk. ficem board with complete standard metal studs supports. 4. Tiling Works Tiles and their accessories must be free from defects that affect their quality, appearance, and strength. All tiles shall be set to correct grades and levels true to lines, laid even. Submit Material for approval. Use 60 x 60 cm floor and wall tiles in all areas, including the wall tiles for the comfort rooms. Use heavy-duty tile adhesive and tile grout joint filler. Use t-trim/threshold between two different tile materials. 5. Painting Application of Plastered Paint Finish on all interior and exterior walls/partitions, ceiling, and concrete surfaces within the scope of the interior and exterior renovation works unless otherwise indicated in the plans and specifications. a. All paint and accessories, materials incorporated in or forming a part thereof shall be subject to the approval and selection of color, tint, finish, or shade by the Architect; b. Painting of all surfaces, except otherwise specified shall be (3) coats work, one primer and two finish coats; c. All paint materials shall meet the requirements of paint materials under class A; d. All surfaces to be painted shall be examined carefully before beginning any painting work, and other trade works installed in workmanship condition to receive paint or ant particular finish; e. All paint materials shall meet the requirements of the specifications set by GSD and shall be delivered on the job in the original container, with labels intact and seal unbroken. f. Concrete surfaces; Latex paint shall be used, and preparation and application must be according to the manufacturer’s instructions. g. Drywalls; Latex paint shall be used, and preparation and application must be according to the manufacturer’s instructions. Use spray paint for cubicle partition only; h. Wooden and metal surfaces; Automotive Lacquer paint shall be used, and preparation and application must be according to the manufacturer’s instructions. Use spray paints; and i. Color pigments shall be used to produce the exact shades of paint, which shall conform to the approved color scheme. 6. Electrical Works a. Quality Assurance - All materials to be used shall be new and shall conform with the reference codes and standards. Use of materials shall be further be governed by other requirements, impose on other sections of these specifications. Materials shall be subjected to the necessary tests for their suitability where required; b. Alternate Materials - use of any material, not specified in these specifications may be allowed provided such alternate has been approved by the agency in accordance with generally accepted standards; c. Identification of Materials - Each length of pipe, fitting, box, fixture, and device used in the electrical system shall have cast, stamped or indelibly marked on it the manufacturer's trademark or name, the weight, type and classes or product when so required by the standards mentioned above; d. Wires and Cables; i. All wires shall be copper, soft-drawn and annealed, shall be of 99% conductivity, shall be smooth and true and of the cylindrical form and shall be within +/-1% variation of the actual size called for. ii. Wires and cables shall be plastic insulated for 600 volts working pressure, type Thermoplastic High Heat-resistant Nylon-Coated (THHN) unless otherwise noted. iii. All wires and cables shall be color coded, color-coding of wires are as follows: (a) Line 1 – red (b) Line 2 – yellow (c) Line 3 – blue iv. Minimum size of branch circuit wire shall be 3.5 mm2 THHN for power and lighting system with 3.5mm2 THHN minimum ground wire. v. Wires 3.5 mm2 and bigger shall be stranded. e. Switches; and i. Switches shall be flush mounted and rated at 15 Amperes (Amps), 250 volts, one way, three-way as required. ii. Switches shall be quiet type, spring loaded, and the cover plates shall be subject to the approval of the Architect and the Engineer. f. Receptacles i. Receptacles shall be duplex, flush mounted and rated at 10 Amps., 250 volts, parallel or tandem slots with grounding slots as required. All 110 volts receptacle outlets shall be rated 15 Amps, 120 volts. 220 volts receptacle outlets shall be distinct from the 110 volts receptacle outlets in terms of configurations and shall be provided with markings. ii. Cover plates shall be subject to the approval of the Architect and the Engineer. Stainless steel cover plate shall be required on all wet or damped area. iii. All receptacle outlets with Ground-Fault Circuit Interrupters (GFCI) shall be rated for 250 volts application with a sensitivity setting of 300 milliamps. 7. Plumbing Works a. All works, comply with the requirements and provisions of the national plumbing code of the Philippines; b. All fixtures shall be separately trapped. The traps shall be placed as near as possible to the fixtures; and c. No fixtures shall be double-trapped. Interested suppliers are required to submit original/certified true copy of the following: 1) valid and current Mayor’s Permit, (In case of expired MP/BP, Submit copy of recently expired permit and official receipt as proof of renewal), 2) DTI/SEC Registration (for partnerships/corporations, attach General Information Sheet & Articles of Incorporation), 3) PHILGEPS Registration Certificate, 4) Original duly signed Omnibus Sworn Statement (OSS) and Original Notarized Secretary’s Certificate in case of a corporation, partnership, or cooperative; or Original Special Power of Attorney of all members of the joint venture giving full power and authority to its officer to sign the OSS and do acts to represent the Bidder, 5) Latest Income/Business Tax Return, 6) PCAB License (License Category - C & D, Size Range - Small B), 7) Certificate of Satisfactory Performance issued by the Bureau of Customs (for contracts entered into with the Bureau) or from any other office/agency, if the former is not applicable and 8) duly signed price quotation form (Annex “A”). All must be properly signed and sealed. Must be submitted in hard copy. Submission of quotation and eligibility documents in hard copy is on or before October 18, 2024, 10:00 a.m., at General Services Division (GSD), Ground Floor, OCOM Building, Port Area, Manila. Award of contract shall be made to the lowest quotation, which complies with the minimum description as stated above and other terms and conditions stated in the price quotation form. Awarded Bidder must secure Performance Security/Performance Bond 30% of Contract Price upon receipt of Notice of Award. Any interlineations, erasures or overwriting shall be valid only if they are signed or initialed by the bidder or his/her duly authorized representative/s. The BOC reserves the right to accept or reject any or all quotations and to impose additional terms and conditions as it may deem proper. Other Information For inquiry, you may contact us at Telefax no. 8526-6571 or email us at boc-svp@customs.gov.ph. Created by ISAGANI DATUIN GALSIM Date Created 14/10/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       BUREAU OF CUSTOMS
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business All Other Professional Hardware Instruments and Related Products Manufacturing for Measuring Paint Other Direct Insurance (except Life Professional Electric Power Transmission Paint Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Copper Regulation and Administration of Communications Religious Financial Transactions Processing Plumbing Automatic Environmental Control Manufacturing for Residential Other Professional Aluminum Sheet Automotive Body Automotive Body Copper Rolling Automotive Parts Hair Construction Architectural Pulp Scenic and Sightseeing Transportation Special Die and Tool Copper Rolling Coating Machinery Regulation Truck Direct Insurance (except Life Other Aluminum Rolling Investigation Commercial Regulation and Administration of Communications Direct Life International Agriculture Showcase Plumbing Financial Transactions Processing Paint Coating Research and Development in the Physical Photographic Film Other Similar Organizations (except Business All Other Professional Other Similar Organizations (except Business Dry Electroplating Agencies Research and Development in the Physical Copper Water Construction Professional Truck Process Plastics Pipe Metal Can
CPVS
Dried, salted, smoked or seasoned meat Welding Furs Parts of pumps, compressors, engines or motors Fillers Signage Glass Earthmoving and excavating machinery, and associated parts Washers Mixer units Repair, maintenance and associated services related to aircraft and other equipment Scaffolding work Lasers Other containers System, storage and content management software package Switches Port Mains Steam Wire Control, safety, signalling and light equipment Steam, hot water and associated products Architectural, engineering and planning services Demolition, site preparation and clearance work Calendars Mastics, fillers, putty Sections Construction, foundation and surface works for highways, roads Oil, petrol and air-intake filters Compressors Pipes Engineering, auxiliary, average, loss, actuarial and salvage insurance services Cable Boards Control, safety or signalling equipment for inland waterways Tarpaulins, sails for boats, sailboards or land craft, awnings, sunblinds, tents and camping goods Wheels, parts and accessories Repair, maintenance and associated services related to marine and other equipment Coats Angles Frames Painting work Fabrication work Architectural, engineering and surveying services Tarpaulins Structural works Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Wells construction work PH meters Cubicles Office, school and office equipment cleaning services Meters Labels Safety cases Document creation, drawing, imaging, scheduling and productivity software package Forklift trucks, works trucks, railway-station platforms tractors Seals Permits Control, safety or signalling equipment for parking facilities Masonry work Construction work Command, control, communication systems Copper Fittings Supports Insulation work Document creation, drawing, imaging, scheduling and productivity software development services Concrete Control, safety or signalling equipment for port installations Ladders Dry goods Command, control, communication and computer systems Cover plates Paper, printing and bookbinding machinery and parts System, storage and content management software development services Cabinets Forms Urinals Large containers Scaffolding Electrical wiring work Concrete work Boxes Rings, seals, bands, sticks and grout packers Doors Sheets Repair, maintenance and associated services related to roads and other equipment Monitors Pressure-reducing, control, check or safety valves Adhesives Sheeting work Gates Other services Panels Posts Parts of works trucks Cable, wire and related products Steel Tables Works trucks Vacuum cleaners Tiles Drills Shelves Seats, chairs and related products, and associated parts Keys Hammers Grout Control, safety or signalling equipment for roads Nails Display cases Approval plans, working drawings and specifications Goods used in construction Electrical, electromagnetic and mechanical treatment Repair, maintenance and associated services of vehicles and related equipment Pipeline, piping, pipes, casing, tubing and related items Dismantling works Scales Architectural, construction, engineering and inspection services Tiling work Paints Tarpaulins, awnings and sunblinds Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Mastics, fillers, putty and solvents Fences Cable TV Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Demolition work Grouting work Hardware Designs Springs Wood Paints, varnishes and mastics Partitions Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Tables, cupboards, desk and bookcases Plates, sheets, strip and foil related to construction materials Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Wood Sprayers Dump trucks Angles Plate Post Insulation Doors Tempered glass Urinals Clean room Hardware Washers Springs Nails Adhesives Spray paints Air compressors Lasers pH meters Q Meters Scales Boards Calendars Display cases Awards Tarpaulins Water Labels Signage Vacuum cleaners Pest control Inspection Well engineering Logistics Painting International organizations Tax returns Trade agreements Pigments Machine made parts Equipment cases Partitions Tables Greases Surface Gates Grout Case making services Studs Area lighting Seals Side table Boxes Financial Instruments, Products, Contracts and Agreements Table saw Flight Operations Automation, Design And Construction Water, sanitation and hygiene kits Water, sanitation and hygiene kit Direction Finding Equipment, Accessories Tent, for office use Water, sanitation and hygiene kits Personal protective equipment (PPE) Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Chemicals Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Stainless Steel and Galvanized Human Resource-HR Security Services Light and Lighting Products Architecture Bridges and Tunnels Engineering Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Law and Legal Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Plastic and Rubber Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Steel Laboratory Equipment and Services Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert