Sign up now to have the right to view
10 tenders for free.
Title |
Preventive Maintenance of Various Substation Equipment at the Forum PHILIPPINE INTERNATIONAL CONVENTION CENTER
|
---|---|
Country | |
Language | English |
Organization | |
Published Date | 04.07.2024 |
Deadline Date | 10.07.2024 |
Overview | Preventive Maintenance of Various Substation Equipment at the Forum Request for Quotation (RFQ) Reference Number 11014169 Procuring Entity PHILIPPINE INTERNATIONAL CONVENTION CENTER Title Preventive Maintenance of Various Substation Equipment at the Forum Area of Delivery Metro Manila Printable Version Solicitation Number: 049-24 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods - General Support Services Category: Engineering and Laboratory Testing Equipment Approved Budget for the Contract: PHP 120,000.00 Contract Duration: 30 Day/s Client Agency: Contact Person: Carreen Manasan Mangaya Buyer/Systems Coordinator CCP Complex, Roxas Blvd., Pasay City Metro Manila Philippines 1307 63-2-87894789 Ext.7061 cmmangaya@picc.gov.ph Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 04/07/2024 Last Updated / Time 04/07/2024 12:00 AM Closing Date / Time 10/07/2024 3:00 PM Description REQUEST FOR QUOTATION Date: July 3, 2024 RFQ No. 2024-MC-61 _____________________________ _____________________________ _____________________________ _____________________________ (Company Name & Address) Sir/Madam: The Philippine International Convention Center, Inc. (PICCI), through its Bids and Awards Committee, intends to procure PREVENTIVE MAINTENANCE OF VARIOUS SUBSTATION EQUIPMENT AT THE FORUM, with an Approved Budget for Contract (ABC) of One Hundred Twenty Thousand Pesos (₱120,000.00), VAT Inclusive, which will be undertaken in accordance with Section 53.9 of the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184. Please quote your best offer for the service/s described herein, subject to the Terms of Reference provided for this RFQ. Submit your quotation/offer duly signed by you or your duly authorized representative not later than 3:00 p.m. of July 10, 2024. A copy of the following shall be submitted along with your quotation/offer: a. 2024 Mayor’s/Business Permit; b. BIR Registration Certificate; c. PhilGEPS Registration Number; d. Omnibus Sworn Statement; e. Copy of the Terms of Reference duly signed on all pages Open quotations may be submitted manually or through email at the address and contact numbers indicated below. For any clarifications, you may contact Ms. Carreen M. Mangaya at telephone no. (02) 8789-4761 or email address at cmmangaya@picc.gov.ph KRISTINE ANGELICA E. AGUJO Head, BAC Secretariat/ Procurement Unit RFQ No. 2024-MC-61 TERMS OF REFERENCE I. PROJECT TITLE: Preventive Maintenance of Various Substation Equipment at the Forum II. APPROVED BUDGET FOR CONTRACT (ABC): One Hundred Twenty Thousand Pesos (₱ 120,000.00), VAT Inclusive. III. SPECIFIC WORKS: Supply of labor, tools, materials and testing equipment for the annual preventive maintenance of substation equipment, transformers and panelboards to include, but not limited to, the following scope of work: 1. Power Transformer, 2 MVA Oil Immersed Transformer 1.1 Clean enclosure, transformer tank, primary and secondary bushing and accessories. 1.2 Check the oil level. 1.3 Disconnect primary and secondary terminal connections prior to testing. 1.4 Conduct the following testing: a. Insulation Resistance and Polarization Index Test. b. Transformer Turns Ratio Test. c. Winding Resistance Test. d. Die-electric Breakdown Voltage Test of Insulating Oil. 1.5 Reconnect the disconnected primary and secondary connections. 2. Low Voltage Switchgear Section (Double–ended Switchgears, Automatic Transfer Switch, Capacitor Banks, Panelboards at Hall 1, 2 and 3). 2.1 Clean the enclosures, circuit breakers, bus bars, capacitors, magnetic contactor, cables, etc… 2.2 Check and clean contacts for any sign of carbonation. 2.3 Test all air circuit breakers with regards to opening and closing. 2.4 Conduct insulation and contact resistance testing. 2.5 Test the capacitors. 2.6 Retighten all bolted connections. 3. Energization. IV. CONDITIONS: 1. The Contractor must submit the names and designations of its personnel that will be assigned to PICC prior to maintenance work. 2. The Contractor personnel and its representatives when inside PICC premises shall comply with and submit themselves to PICC policies, rules and regulation concerning safety and security. 3. The Contractors’ personnel should wear its company uniform at all times when working inside the PICC premises. 4. The Contractor agrees that the time of work shall be on the time and day where no office or event in PICC. It should be scheduled on a weekend and/or in the evening or in the most convenient time in favor of PICC. 5. The Contractor shall provide, at his own expense, all necessary cleaning materials, tools, and testing equipment to be used in connection with the services under the Scope of Works. 6. Any works that may affect the operation and security measures of PICC shall be coordinated properly and shall be done in accordance with the PICC approved schedule. 7. Any parts of the equipment involved and other properties of PICC that may be damaged due to negligence and or poor workmanship of the Contractor shall be replaced or restored to its original condition. 8. The Contractor should free the PICC and its personnel from and against all liabilities arising from injuries or liabilities to persons or damage to property occasioned by any act or omission by the Contractor. 9. The Contractor shall provide the PICC-Electrical Services Division with the test data, recommendations and other observations on all equipment to be served. 10. The entire work throughout shall be executed with the supervision of licensed Electrical Engineer. 11. The Contractor shall submit the test results, recommendations and other observations of all equipment that was tested and maintained. V. CONTRACTORS’ TECHNICAL QUALIFICATION: The Contractor must be in the business of supply, installation or maintenance of various substation equipment for not less than five (5) years. VI. COMPLETION: Works shall be completed within thirty (30) calendar days upon receipt of the Notice to Proceed. Schedule of work including power shutdown shall be properly coordinated with the Assistant Director of Electrical, Electronics and Communication Services Division. VII. PAYMENT: Full payment shall be made upon completion and submission of the test result of various electrical equipment duly signed by Professional Electrical Engineer to Technical Services Department’s (TSD) Electrical, Electronics and Communication Services Division of PICC and other required document as follows: a. Sales Invoice b. Preventive Maintenance Test Result c. Recommendations, if any, for equipment that will failed with the testing. VIII. WARRANTY: The Contractor shall provide Thirty (30) days warranty for the workmanship from the date of completion. The obligation for the warranty shall be covered by either retention money or special bank guarantee equivalent to at least five percent (5%) of the total contract price. The said amount shall only be released after the lapse of the warranty period. IX. GENERAL CONDITIONS OF THE CONTRACT: 1. All prices quoted herein are valid, binding and effective for One Hundred Twenty (120) calendar days from date of quotation. 2. The Contractor shall be responsible for the source(s) of his services/equipment shall make deliveries in accordance with schedule, quality and specifications. Failure by the AWARDEE to comply with the same shall be ground for cancellation of the award. 3. The Contractor shall pick up RS and NTP issued in his favor within three (3) days after receipt of notice to that effect. A telephone call, fax transmission or email shall constitute an official notice to the AWARDEE. Thereafter, if the RS remain unclaimed, the said RS shall be sent by messengerial service to the AWARDEE at the latter’s expense. To avoid delay in the service of the requesting agency’s requirement, all DEFAULTING AWARDEES shall be precluded from proposing or submitting a substitute sample. 4. Subject to the provisions of the preceding paragraph, where AWARDEE has accepted a NTP but fails to deliver the services within the time called for in the same order, he shall be extended a maximum of fifteen (15) calendar days under liquidated damages to make good his services. Thereafter if AWARDEE has not completed delivery of services within the extended period, the subject RS & NTP shall be cancelled and the award for the undelivered balance withdrawn from that AWARDEE. The PICC-BAC shall then purchase the required services from such other source(s) as it may determine, with the difference in price to be charged against the DEFAULTING AWARDEE. Refusal by the DEFAULTING AWARDEE to shoulder the price difference shall be ground for his disqualification from future bids of the same or all items, without prejudice to the imposition of other sanctions as prescribed under RA 9184 and its IRR-A. 5. All services by the contractor shall be subject to inspection and acceptance by the PICC. 6. A penalty of one tenth (1/10) of one percent (1%) of the total value of services/works shall be deducted for each day of delay including Sundays and holidays in the delivery of the services. 7. All transactions are subject to withholding of creditable Value Added Tax (VAT) per Revenue Regulation No. 10-93. Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 Preventive Maintenance of Various Substation Equip Preventive Maintenance of Various Substation Equipment at the Forum 1 Lot 120,000.00 Created by Carreen Manasan Mangaya Date Created 03/07/2024 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. PHILIPPINE INTERNATIONAL CONVENTION CENTER |
NAICS |
Power
Business
All Other Professional
Instruments and Related Products Manufacturing for Measuring
Navigational
Professional
Bolt
Regulation
Religious
Furniture
Securities
Other Professional
Automotive Parts
All Other Support Services
Architectural
Machinery
Regulation
Military Armored Vehicle
International
Measuring
Navigational
Capacitor
Research and Development in the Physical
Other Similar Organizations (except Business
All Other Professional
Other Similar Organizations (except Business
Agencies
Research and Development in the Physical
Professional
Boiler
|
CPVS |
Transmission, cam- and crank- shafts
Tools
Earthmoving and excavating machinery, and associated parts
Substation equipment
Tanks
Laboratory, optical and precision equipments (excl. glasses)
Bindings
Tanks, reservoirs, containers and pressure vessels
Switches
Terminals
Bolts
Control, safety, signalling and light equipment
Calendars
Sections
Oil, petrol and air-intake filters
Lavatory seats, covers, bowls and cisterns
Engineering, auxiliary, average, loss, actuarial and salvage insurance services
Cable
Wheels, parts and accessories
Capacitor banks
Sales, marketing and business intelligence software package
Tanks, reservoirs and containers; central-heating radiators and boilers
Office, school and office equipment cleaning services
Safety cases
Circuit breakers
Permits
Balances
Sales, marketing and business intelligence software development services
Supports
Insulation work
Mattocks, picks, hoes, rakes and beach rakes
Parts of transformers, inductors and static converters
Picks
Vats
Installation services of equipment for measuring, checking, testing and navigating
Laboratory, hygienic or pharmaceutical glassware
Transfers
Bars, rods, wire and profiles used in construction
Other services
Cable, wire and related products
Bars
Seats, chairs and related products, and associated parts
Display cases
Electrical, electromagnetic and mechanical treatment
Security, fire-fighting, police and defence equipment
Transformers
Cable TV
Switchgear
Radio, television, communication, telecommunication and related equipment
Tool parts
Dates
Tools, locks, keys, hinges, fasteners, chain and springs
|
UNSPSC |
Busses
Tanks
Insulation
Clean room
Bolts
Bushings
Calendars
Display cases
Awards
Business cases
Inspection
Well engineering
Materials testing
Bars
Value added tax VAT
Trade agreements
Equipment cases
Uniforms
Substation
Case making services
Cleaning, sorting, and grading machine parts and accessories
Securities
Work uniforms
Direction Finding Equipment, Accessories
Tent, for office use
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 | |
Sectors |
Environment and Pollution-Recycling
Automobiles and Auto Parts
Non-Renewable Energy
Supply
Solar Photovoltaic PV Energy
Security Services
Bridges and Tunnels
Engineering
Energy
Postal and Courier Services
Roads and Highways-Bridge
Oil and Gas
Printing and Publishing
Services
Railways-Rail-Railroad
Defence and Security
Electricity
Construction
Energy-Power and Electrical
Computer Hardwares and Consumables
Steel
Industry
Laboratory Equipment and Services
Aviation
Electronics
Marine
|
URL |
Share |
Title |
---|
Preventive Maintenance of Various Substation Equipment at the Forum PHILIPPINE INTERNATIONAL CONVENTION CENTER
|
Country |
Language |
English |
Organization |
Published Date |
04.07.2024 |
Deadline Date |
10.07.2024 |
Overview |
Preventive Maintenance of Various Substation Equipment at the Forum Request for Quotation (RFQ) Reference Number 11014169 Procuring Entity PHILIPPINE INTERNATIONAL CONVENTION CENTER Title Preventive Maintenance of Various Substation Equipment at the Forum Area of Delivery Metro Manila Printable Version Solicitation Number: 049-24 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods - General Support Services Category: Engineering and Laboratory Testing Equipment Approved Budget for the Contract: PHP 120,000.00 Contract Duration: 30 Day/s Client Agency: Contact Person: Carreen Manasan Mangaya Buyer/Systems Coordinator CCP Complex, Roxas Blvd., Pasay City Metro Manila Philippines 1307 63-2-87894789 Ext.7061 cmmangaya@picc.gov.ph Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 04/07/2024 Last Updated / Time 04/07/2024 12:00 AM Closing Date / Time 10/07/2024 3:00 PM Description REQUEST FOR QUOTATION Date: July 3, 2024 RFQ No. 2024-MC-61 _____________________________ _____________________________ _____________________________ _____________________________ (Company Name & Address) Sir/Madam: The Philippine International Convention Center, Inc. (PICCI), through its Bids and Awards Committee, intends to procure PREVENTIVE MAINTENANCE OF VARIOUS SUBSTATION EQUIPMENT AT THE FORUM, with an Approved Budget for Contract (ABC) of One Hundred Twenty Thousand Pesos (₱120,000.00), VAT Inclusive, which will be undertaken in accordance with Section 53.9 of the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184. Please quote your best offer for the service/s described herein, subject to the Terms of Reference provided for this RFQ. Submit your quotation/offer duly signed by you or your duly authorized representative not later than 3:00 p.m. of July 10, 2024. A copy of the following shall be submitted along with your quotation/offer: a. 2024 Mayor’s/Business Permit; b. BIR Registration Certificate; c. PhilGEPS Registration Number; d. Omnibus Sworn Statement; e. Copy of the Terms of Reference duly signed on all pages Open quotations may be submitted manually or through email at the address and contact numbers indicated below. For any clarifications, you may contact Ms. Carreen M. Mangaya at telephone no. (02) 8789-4761 or email address at cmmangaya@picc.gov.ph KRISTINE ANGELICA E. AGUJO Head, BAC Secretariat/ Procurement Unit RFQ No. 2024-MC-61 TERMS OF REFERENCE I. PROJECT TITLE: Preventive Maintenance of Various Substation Equipment at the Forum II. APPROVED BUDGET FOR CONTRACT (ABC): One Hundred Twenty Thousand Pesos (₱ 120,000.00), VAT Inclusive. III. SPECIFIC WORKS: Supply of labor, tools, materials and testing equipment for the annual preventive maintenance of substation equipment, transformers and panelboards to include, but not limited to, the following scope of work: 1. Power Transformer, 2 MVA Oil Immersed Transformer 1.1 Clean enclosure, transformer tank, primary and secondary bushing and accessories. 1.2 Check the oil level. 1.3 Disconnect primary and secondary terminal connections prior to testing. 1.4 Conduct the following testing: a. Insulation Resistance and Polarization Index Test. b. Transformer Turns Ratio Test. c. Winding Resistance Test. d. Die-electric Breakdown Voltage Test of Insulating Oil. 1.5 Reconnect the disconnected primary and secondary connections. 2. Low Voltage Switchgear Section (Double–ended Switchgears, Automatic Transfer Switch, Capacitor Banks, Panelboards at Hall 1, 2 and 3). 2.1 Clean the enclosures, circuit breakers, bus bars, capacitors, magnetic contactor, cables, etc… 2.2 Check and clean contacts for any sign of carbonation. 2.3 Test all air circuit breakers with regards to opening and closing. 2.4 Conduct insulation and contact resistance testing. 2.5 Test the capacitors. 2.6 Retighten all bolted connections. 3. Energization. IV. CONDITIONS: 1. The Contractor must submit the names and designations of its personnel that will be assigned to PICC prior to maintenance work. 2. The Contractor personnel and its representatives when inside PICC premises shall comply with and submit themselves to PICC policies, rules and regulation concerning safety and security. 3. The Contractors’ personnel should wear its company uniform at all times when working inside the PICC premises. 4. The Contractor agrees that the time of work shall be on the time and day where no office or event in PICC. It should be scheduled on a weekend and/or in the evening or in the most convenient time in favor of PICC. 5. The Contractor shall provide, at his own expense, all necessary cleaning materials, tools, and testing equipment to be used in connection with the services under the Scope of Works. 6. Any works that may affect the operation and security measures of PICC shall be coordinated properly and shall be done in accordance with the PICC approved schedule. 7. Any parts of the equipment involved and other properties of PICC that may be damaged due to negligence and or poor workmanship of the Contractor shall be replaced or restored to its original condition. 8. The Contractor should free the PICC and its personnel from and against all liabilities arising from injuries or liabilities to persons or damage to property occasioned by any act or omission by the Contractor. 9. The Contractor shall provide the PICC-Electrical Services Division with the test data, recommendations and other observations on all equipment to be served. 10. The entire work throughout shall be executed with the supervision of licensed Electrical Engineer. 11. The Contractor shall submit the test results, recommendations and other observations of all equipment that was tested and maintained. V. CONTRACTORS’ TECHNICAL QUALIFICATION: The Contractor must be in the business of supply, installation or maintenance of various substation equipment for not less than five (5) years. VI. COMPLETION: Works shall be completed within thirty (30) calendar days upon receipt of the Notice to Proceed. Schedule of work including power shutdown shall be properly coordinated with the Assistant Director of Electrical, Electronics and Communication Services Division. VII. PAYMENT: Full payment shall be made upon completion and submission of the test result of various electrical equipment duly signed by Professional Electrical Engineer to Technical Services Department’s (TSD) Electrical, Electronics and Communication Services Division of PICC and other required document as follows: a. Sales Invoice b. Preventive Maintenance Test Result c. Recommendations, if any, for equipment that will failed with the testing. VIII. WARRANTY: The Contractor shall provide Thirty (30) days warranty for the workmanship from the date of completion. The obligation for the warranty shall be covered by either retention money or special bank guarantee equivalent to at least five percent (5%) of the total contract price. The said amount shall only be released after the lapse of the warranty period. IX. GENERAL CONDITIONS OF THE CONTRACT: 1. All prices quoted herein are valid, binding and effective for One Hundred Twenty (120) calendar days from date of quotation. 2. The Contractor shall be responsible for the source(s) of his services/equipment shall make deliveries in accordance with schedule, quality and specifications. Failure by the AWARDEE to comply with the same shall be ground for cancellation of the award. 3. The Contractor shall pick up RS and NTP issued in his favor within three (3) days after receipt of notice to that effect. A telephone call, fax transmission or email shall constitute an official notice to the AWARDEE. Thereafter, if the RS remain unclaimed, the said RS shall be sent by messengerial service to the AWARDEE at the latter’s expense. To avoid delay in the service of the requesting agency’s requirement, all DEFAULTING AWARDEES shall be precluded from proposing or submitting a substitute sample. 4. Subject to the provisions of the preceding paragraph, where AWARDEE has accepted a NTP but fails to deliver the services within the time called for in the same order, he shall be extended a maximum of fifteen (15) calendar days under liquidated damages to make good his services. Thereafter if AWARDEE has not completed delivery of services within the extended period, the subject RS & NTP shall be cancelled and the award for the undelivered balance withdrawn from that AWARDEE. The PICC-BAC shall then purchase the required services from such other source(s) as it may determine, with the difference in price to be charged against the DEFAULTING AWARDEE. Refusal by the DEFAULTING AWARDEE to shoulder the price difference shall be ground for his disqualification from future bids of the same or all items, without prejudice to the imposition of other sanctions as prescribed under RA 9184 and its IRR-A. 5. All services by the contractor shall be subject to inspection and acceptance by the PICC. 6. A penalty of one tenth (1/10) of one percent (1%) of the total value of services/works shall be deducted for each day of delay including Sundays and holidays in the delivery of the services. 7. All transactions are subject to withholding of creditable Value Added Tax (VAT) per Revenue Regulation No. 10-93. Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 Preventive Maintenance of Various Substation Equip Preventive Maintenance of Various Substation Equipment at the Forum 1 Lot 120,000.00 Created by Carreen Manasan Mangaya Date Created 03/07/2024 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. PHILIPPINE INTERNATIONAL CONVENTION CENTER |
NAICS |
Power Business All Other Professional Instruments and Related Products Manufacturing for Measuring Navigational Professional Bolt Regulation Religious Furniture Securities Other Professional Automotive Parts All Other Support Services Architectural Machinery Regulation Military Armored Vehicle International Measuring Navigational Capacitor Research and Development in the Physical Other Similar Organizations (except Business All Other Professional Other Similar Organizations (except Business Agencies Research and Development in the Physical Professional Boiler |
CPVS |
Transmission, cam- and crank- shafts Tools Earthmoving and excavating machinery, and associated parts Substation equipment Tanks Laboratory, optical and precision equipments (excl. glasses) Bindings Tanks, reservoirs, containers and pressure vessels Switches Terminals Bolts Control, safety, signalling and light equipment Calendars Sections Oil, petrol and air-intake filters Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Cable Wheels, parts and accessories Capacitor banks Sales, marketing and business intelligence software package Tanks, reservoirs and containers; central-heating radiators and boilers Office, school and office equipment cleaning services Safety cases Circuit breakers Permits Balances Sales, marketing and business intelligence software development services Supports Insulation work Mattocks, picks, hoes, rakes and beach rakes Parts of transformers, inductors and static converters Picks Vats Installation services of equipment for measuring, checking, testing and navigating Laboratory, hygienic or pharmaceutical glassware Transfers Bars, rods, wire and profiles used in construction Other services Cable, wire and related products Bars Seats, chairs and related products, and associated parts Display cases Electrical, electromagnetic and mechanical treatment Security, fire-fighting, police and defence equipment Transformers Cable TV Switchgear Radio, television, communication, telecommunication and related equipment Tool parts Dates Tools, locks, keys, hinges, fasteners, chain and springs |
UNSPSC |
Busses Tanks Insulation Clean room Bolts Bushings Calendars Display cases Awards Business cases Inspection Well engineering Materials testing Bars Value added tax VAT Trade agreements Equipment cases Uniforms Substation Case making services Cleaning, sorting, and grading machine parts and accessories Securities Work uniforms Direction Finding Equipment, Accessories Tent, for office use 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 |
Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Bridges and Tunnels Engineering Energy Postal and Courier Services Roads and Highways-Bridge Oil and Gas Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Industry Laboratory Equipment and Services Aviation Electronics 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
Similar Tenders