INVITATION TO BID Region 3 RPH Public Bidding No. 1, 2, 3
Pursuant to National Electrification Administration (NEA) Memorandum No. 2025-03, otherwise known as the “Implementing Guidelines for the Regional Procurement Hub Program for Electric Cooperatives (2nd Edition)” (the “RPH Guidelines”) the following Electric Cooperatives of Region Three (3), together with the Central Luzon Electric Cooperatives Association – First Luzon Aggregation Group, Inc. (“CLECAFLAG INC.”), through the NEA Special Bids and Awards Committee for the RPH Program (NEA SBAC), now invite interested bidders, to participate and submit bid proposals relative to the consignment, supply and delivery of Distribution Transformers, Steel Poles, and Conductors
The schedule of the NEA SBAC activities are as follows:
PUBLIC BIDDING NO. 1 – DISTRIBUTION TRANSFORMER
BAC ACTIVITIES |
SCHEDULE |
VENUE |
Advertisement/Posting of Invitation to Bid |
12 May 2025 |
Published through the Philippine Daily Inquirer.
The Invitation to Bid was published and posted in accordance with Section 4.2.1 of Annex “B” of the RPH Guidelines. |
Issuance and availability of Bid Documents |
12 May 2025 – 18 June 2025 |
Prospective Bidders may obtain further information on, inspect and purchase the Bidding Documents at the NEA BAC Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila. |
Pre-Bid Conference | 02 June 2025 at 8:30 A.M. | Cultural Affairs Room (CAR), 2nd Floor, NEA Building, 57 NIA Road, Diliman, Quezon City. |
Deadline for Submission and Receipt of Bids | 18 June 2025 at 8:00 A.M. | NEA BAC Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila. |
Opening of Bids | 18 June 2025 at 8:30 A.M. | Honesty, Efficiency and Solidarity Auditorium (HESA), 2nd Floor, NEA Building, 57 NIA Road, Diliman, Quezon City. |
A prospective Bidder must participate in and submit a bid for the entire lot (e., all items) subject of this Bidding.
The Contract to be awarded shall be for the entire
Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in Annex “B” of the RPH Guidelines (or the “RPH Procurement Rules”).
Bidding is restricted to Filipino Citizens/sole proprietorships; partnerships or corporations with at least sixty percent (60%) of the interest or outstanding capital stock belonging to citizens of the Philippines; Cooperatives duly registered with the Cooperative Development Authority (CDA); or joint ventures with at least sixty percent (60%) Filipino interest/ownership.
The bidder must have completed a Single Largest Completed Contract (SLCC) that is similar to the Contract subject of the bidding. The SLCC must: (a) be equivalent to Twenty-Five Percent (25%) of the Total ABC; and (b) should have been completed within Five (5) years prior to the deadline for the submission and receipt of bids.
The bidder’s Net Financial Contracting Capacity (NFCC) should be equal or more than the Total However, if a bidder’s NFCC is not sufficient to comply with the requirements, it may submit in lieu of its NFCC Computation, a Committed Line of Credit issued by a Universal or Commercial Bank which shall not be lower than Ten percent (10%) of the Total ABC. Provided, that if the same is issued by a foreign Universal or Commercial Bank, it shall be confirmed or authenticated by a local Universal or Commercial Bank.
If the Prospective Bidder is a manufacturer of the Distribution Transformers subject of this bidding, said bidder must possess a valid and existing International Organization for Standardization (ISO) 9001: 2015 If the Prospective Bidder is a supplier or distributor of the Distribution Transformers subject of this bidding, the said bidder’s manufacturer must possess a valid and existing ISO 9001: 2015 Certification.
Prospective Bidders may obtain further information from the NEA SBAC, inspect and purchase the complete set of Bidding Documents at the NEA BAC Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila, from Monday to Friday, 8:00 AM to 5:00 PM.
Descriptions/specifications for the aforementioned Distribution Transformers are outlined in the Bidding Documents to be provided to all interested bidders upon purchase of the Bidding Documents on the schedule and at the venue stated above. The cost of the Bidding Documents is not
The Pre-Bid Conference will be held via face-to-face. Only Bidders who purchased the bidding documents are allowed to attend the Pre-Bid For the Bid Opening, it shall likewise be conducted face-to-face.
All bids submitted must be accompanied by bid securities payable to the Member ECs in proportion to their respective share of the Total ABC. Thus, in the case of this Bidding, prospective Bidders are expected to submit Twelve (12) Bid Securities. The Bid Securities shall be in the amounts and in the forms specified in IB Clause 12.3. Bids and Bid Securities shall be valid for a period of One Hundred Twenty (120) Calendar Days from the date of the opening of
Bid proposals must be VAT inclusive. Sealed Eligibility Requirements and Bid Proposals must be submitted to the NEA SBAC Secretariat at the address given below, on or before 18 June 2025, 8:00 M. During the Bid Opening (18 June 2025, 8:30 A.M.), said envelopes for Eligibility Requirements and Bid Proposals will be opened and read in the presence of the bidder’s authorized representative. Late bids shall not be accepted.
The NEA SBAC, on behalf of the Member ECs and the Confirmed RA, hereby reserves the right to reject any and all bids, to award in whole or in part, declare a failure of bidding, or not to award the contract without disclosing any reason, to waive minor defects or infirmities therein, and to accept such bids as may be deemed advantageous to the Member ECs and the Confirmed RA.
PUBLIC BIDDING NO. 2 – STEEL POLES
SBAC ACTIVITIES | SCHEDULE | VENUE | |||||||
Advertisement/Posting of Invitation to Bid | 12 May 2025 | Published through the Philippine Daily Inquirer. The Invitation to Bid was published and posted in accordance with Section 4.2.1 of Annex “B” of the RPH Guidelines. |
|||||||
Issuance and availability of Bid Documents | 12 May 2025 – 18 June 2025 | ProspectiveBidders may obtainfurtherinformationon, inspectandpurchase the Bidding Documents at the NEA BAC Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila. |
|||||||
Pre-Bid Conference | 02 June 2025 at 1:30 P.M. | Cultural Affairs Room (CAR), 2nd Floor, NEA Building, 57 NIA Road, Diliman, Quezon City. |
|||||||
Deadline for Submission and Receipt of Bids | 18 June 2025 at 1:30 P.M. | NEA BAC Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila. |
|||||||
Opening of Bids | 18 June 2025 at 2:00 P.M. | Honesty, Efficiency and Solidarity Auditorium (HESA), 2nd Floor, NEA Building, 57 NIA Road, Diliman, Quezon City. |
A prospective Bidder must participate in and submit a bid for the entire lot (i.e., all items) subject of this Bidding.
The Contract to be awarded shall be for the entire lot.
Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in Annex “B” of the RPH
Guidelines (or the “RPH Procurement Rules”).
Bidding is restricted to Filipino Citizens/sole proprietorships; partnerships or corporations with at least sixty percent (60%) of the interest or outstanding capital stock belonging to citizens of the Philippines; Cooperatives duly registered with the Cooperative Development Authority (CDA); or joint ventures with at least sixty percent (60%) Filipino interest/ownership.
The bidder must have completed a Single Largest Completed Contract (SLCC) that is similar to the Contract subject of the bidding. The SLCC: (a) must be
equivalent to Twenty-Five Percent (25%) of the Total ABC; and (b) should have been completed within Five (5) years prior to the deadline for the submission
and receipt of bids.
The bidder’s Net Financial Contracting Capacity (NFCC) should be equal or more than the Total ABC. However, if a bidder’s NFCC is not sufficient to comply
with the requirements, it may submit in lieu of its NFCC Computation, a Committed Line of Credit issued by a Universal or Commercial Bank which shall not be lower than Ten percent (10%) of the Total ABC. Provided, that if the same is issued by a foreign Universal or Commercial Bank, it shall be confirmed or authenticated by a local Universal or Commercial Bank.
If the Prospective Bidder is a manufacturer of the Steel Poles subject of this bidding, said bidder must possess a valid and existing International Organization for Standardization (ISO) 9001: 2015 Certification. If the Prospective Bidder is a supplier or distributor of the Steel Poles subject of this bidding, the said bidder’s manufacturer must possess a valid and existing ISO 9001: 2015 Certification.
Prospective Bidders may obtain further information from the NEA SBAC, inspect and purchase the complete set of Bidding Documents at the NEA BAC
Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila, from Monday to Friday, 8:00 AM to 5:00 PM.
Descriptions/specifications for the aforementioned Steel Poles are outlined in the Bidding Documents to be provided to all interested bidders upon purchase
of the Bidding Documents on the schedule and at the venue stated above. The cost of the Bidding Documents is not refundable.
The Pre-Bid Conference will be held via face-to-face. Only Bidders who purchased the bidding documents are allowed to attend the Pre-Bid Conference. For
the Bid Opening, it shall likewise be conducted face-to-face.
All bids submitted must be accompanied by bid securities payable to the Member ECs in proportion to their respective share of the Total ABC. Thus, in the
case of this Bidding, prospective Bidders are expected to submit Twelve (12) Bid Securities. The Bid Securities shall be in the amounts and in the forms
specified in IB Clause 12.3. Bids and Bid Securities shall be valid for a period of one hundred twenty (120) calendar days from the date of the opening of
bids.
Bid proposals must be VAT inclusive. Sealed Eligibility Requirements and Bid Proposals must be submitted to the NEA SBAC Secretariat at the address
given below, on or before 18 June 2025, 1:30 P.M. During the Bid Opening (18 June 2025, 2:00 P.M.), said envelopes for Eligibility Requirements and Bid
Proposals will be opened and read in the presence of the bidder’s authorized representative. Late bids shall not be accepted.
The NEA SBAC, on behalf of the Member ECs and the Confirmed RA, hereby reserves the right to reject any and all bids, to award in whole or in part,
declare a failure of bidding, or not to award the contract without disclosing any reason, to waive minor defects or infirmities therein, and to accept such bids
as may be deemed advantageous to the Member ECs and the Confirmed RA.
PUBLIC BIDDING NO. 3 – CONDUCTORS
SBAC ACTIVITIES | SCHEDULE | VENUE | |||||||
Advertisement/Posting of Invitation to Bid | 12 May 2025 | Published through the Philippine Daily Inquirer. The Invitation to Bid was published and posted in accordance with Section 4.2.1 of Annex “B” of the RPH Guidelines. |
|||||||
Issuance and availability of Bid Documents | 12 May 2025 – 19 June 2025 | Prospective Bidders may obtain further information on, inspect and purchase the Bidding Documents at the NEA BAC Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila. |
|||||||
Pre-Bid Conference | 03 June 2025 at 8:30 A.M. | Cultural Affairs Room (CAR), 2nd Floor, NEA Building, 57 NIA Road, Diliman, Quezon City. |
|||||||
Deadline for Submission and Receipt of Bids | 19 June 2025 at 8:00 A.M. | NEA BAC Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila. |
|||||||
Opening of Bids | 19 June 2025 at 8:30 A.M. | Honesty, Efficiency andSolidarity Auditorium (HESA), 2nd Floor, NEA Building, 57 NIA Road, Diliman, Quezon City. |
A prospective Bidder must participate in and submit a bid for the entire lot (i.e., all items) subject of this Bidding.
The Contract to be awarded shall be for the entire lot.
Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in Annex “B” of the RPH
Guidelines (or the “RPH Procurement Rules”).
Bidding is restricted to Filipino Citizens/sole proprietorships; partnerships or corporations with at least sixty percent (60%) of the interest or outstanding capital stock belonging to citizens of the Philippines; Cooperatives duly registered with the Cooperative Development Authority (CDA); or joint ventures with at least sixty percent (60%) Filipino interest/ownership.
The bidder must have completed a Single Largest Completed Contract (SLCC) that is similar to the Contract subject of the bidding. The SLCC: (a) must be
equivalent to Twenty-Five Percent (25%) of the Total ABC; and (b) should have been completed within Five (5) years prior to the deadline for the submission
and receipt of bids.
The bidder’s Net Financial Contracting Capacity (NFCC) should be equal or more than the Total ABC. However, if a bidder’s NFCC is not sufficient to comply
with the requirements, it may submit in lieu of its NFCC Computation, a Committed Line of Credit issued by a Universal or Commercial Bank which shall not be lower than Ten percent (10%) of the Total ABC. Provided, that if the same is issued by a foreign Universal or Commercial Bank, it shall be confirmed or authenticated by a local Universal or Commercial Bank.
If the Prospective Bidder is a manufacturer of the Conductors subject of this bidding, said bidder must possess a valid and existing International Organization for Standardization (ISO) 9001: 2015 Certification. If the Prospective Bidder is a supplier or distributor of the Conductors subject of this bidding, the said bidder’s manufacturer must possess a valid and existing ISO 9001: 2015 Certification.
Prospective Bidders may obtain further information from the NEA SBAC, inspect and purchase the complete set of Bidding Documents at the NEA BAC
Office, 3rd Floor, NEA Building, #57 NIA Road, Diliman, Quezon City, Metro Manila, from Monday to Friday, 8:00 AM to 5:00 PM.
Descriptions/specifications for the aforementioned Conductors are outlined in the Bidding Documents to be provided to all interested bidders upon purchase of the Bidding Documents on the schedule and at the venue stated above. The cost of the Bidding Documents is not refundable.
The Pre-Bid Conference will be held via face-to-face. Only Bidders who purchased the bidding documents are allowed to attend the Pre-Bid Conference. For
the Bid Opening, it shall likewise be conducted face-to-face.
All bids submitted must be accompanied by bid securities payable to the Member ECs in proportion to their respective share of the Total ABC. Thus, in the
case of this Bidding, prospective Bidders are expected to submit Fourteen (14) Bid Securities. The Bid Securities shall be in the amounts and in the forms
specified in IB Clause 12.3. Bids and Bid Securities shall be valid for a period of one hundred twenty (120) calendar days from the date of the opening of
bids.
Bid proposals must be VAT inclusive. Sealed Eligibility Requirements and Bid Proposals must be submitted to the NEA SBAC Secretariat at the address
given below, on or before 19 June 2025, 8:00 A.M. During the Bid Opening (19 June 2025 at 8:30 A.M.), said envelopes for Eligibility Requirements and
Bid Proposals will be opened and read in the presence of the bidder’s authorized representative. Late bids shall not be accepted.
The NEA SBAC, on behalf of the Member ECs and the Confirmed RA, hereby reserves the right to reject any and all bids, to award in whole or in part,
declare a failure of bidding, or not to award the contract without disclosing any reason, to waive minor defects or infirmities therein, and to accept such bids
as may be deemed advantageous to the Member ECs and the Confirmed RA.
For complete details click the link below: