July 2, 2025

Public Announcement

June 25, 2025

📢 INVITATION TO BID 2025-12G

The Zambales II Electric Cooperative, Inc. (ZAMECO II), through its Procurement, Bids and Awards Committee (PBAC), invites all interested bidders to apply for eligibility and to bid for the Contract of Security Services.

🚗 SECURITY SERVICES

LOT NO. DESCRIPTION / MATERIALS SUPPLY APPROVED BUDGET FOR CONTRACT BID DOCUMENT AMOUNT (PHP)
LOT 1 SECURITY SERVICES ₱16,800,000.00 ₱25,000.00

 

📅 BIDDING SCHEDULE

NO. ACTIVITIES DATE
1 Pre-Bid Conference July 3, 2025 @ 2:00 PM via ZOOM
2 Submission & Opening of Bids July 18, 2025 @ 9:00 AM at ZAMECO II Main Office

 

This project is financed by the Internal Generated Fund of the Cooperative.

The copy of Eligibility and Bid Documents will be available at ZAMECO II, Brgy. Nagbunga, Castillejos, Zambales, or can be sent via email from June 26 to July 18, 2025 upon payment of a non-refundable amount for the bid documents.

Note: ZAMECO II assumes no responsibility for expenses incurred in the preparation of bids. We reserve the right to reject any or all bids, waive any informality, and accept the bid most advantageous to the Cooperative.


Download: ITB 2025-12G – SECURITY SERVICES


June 25, 2025

📢 INVITATION TO BID 2025-11G

The Zambales II Electric Cooperative, Inc. (ZAMECO II), through its Procurement, Bids and Awards Committee (PBAC), invites all interested bidders to apply for eligibility and to bid for the Supply and Delivery of Departmental Vehicles.

🚗 DEPARTMENTAL VEHICLES

LOT NO. DESCRIPTION / MATERIALS SUPPLY APPROVED BUDGET FOR CONTRACT BID DOCUMENT AMOUNT (PHP)
LOT 1 5 Units Multi-Purpose Vehicles and 2 Units 4×4 Pick-Up Trucks ₱10,500,000.00 ₱25,000.00

 

📅 BIDDING SCHEDULE

NO. ACTIVITIES DATE
1 Pre-Bid Conference July 1, 2025 @ 2:00 PM via ZOOM
2 Submission & Opening of Bids July 15, 2025 @ 9:00 AM at ZAMECO II Main Office

 

This project is financed by the Internal Generated Fund of the Cooperative.

The copy of Eligibility and Bid Documents will be available at ZAMECO II, Brgy. Nagbunga, Castillejos, Zambales, or can be sent via email from June 24 to July 15, 2025 upon payment of a non-refundable amount for the bid documents.

Note: ZAMECO II assumes no responsibility for expenses incurred in the preparation of bids. We reserve the right to reject any or all bids, waive any informality, and accept the bid most advantageous to the Cooperative.


Download: ITB 2025-11G – DEPARTMENTAL VEHICLES


June 4, 2025

RPH REGION 3 SUPPLEMENTAL BID BULLETIN NO. 1

In accordance with Section 4.3.2 of Annex “B” of the NEA Memorandum No. 2025-03, this Supplemental Bid Bulletin is hereby issued to clarify, modify or amend the following items for PB-ITB-R3-3-2025:

PROCUREMENT OF CONSIGNMENT, SUPPLY AND DELIVER OF DISTRIBUTION TRANSFORMERS

Section/Item No. Issue in the Bidding
 Document/ Technical
Specifications 
Clarification / Amendment
Section II. Instructions To Bidders
IB 16.1
(Schedule of Opening and
Preliminary Examination of Bids)
The time for the opening of  bids under IB 16.1 (i.e., 18 June 2025, 8:00 A.M.) is inconsistent with the time indicated for the opening of bids under ITB 6 (i.e., 18 June 2025, 8:30 A.M.)

It is clarified that the correct  time for the opening of bids is on 18 June 2025 at 8:30 A.M.

For the purpose of clarity, IB Clause 16.1 is amended to read as follows: “Opening and Preliminary Examination of bids shall be conducted face-to-face on 18 June 2025, 8:30 A.M., at the Honesty, Efficiency and Solidarity Auditorium (HESA), 2nd Floor, NEA Building, 57 NIA Road, Diliman, Quezon City.

PROCUREMENT OF CONSIGNMENT, SUPPLY AND DELIVER OF STEEL POLES

Section/Item No. Issue in the Bidding
 Document/ Technical
Specifications 
Clarification / Amendment
Section VI. Checking of Eligibility Requirements and Bid Proposals
Item (B) (1)
Technnical Documents – Statement in matrix form of all on-going and completed government and private contracts
Inclusion of “Certification of Non-Applicability” as one of the Documents to be submitted by the prospective Bidder in the support  of its Statement of On-Going and Completed Contracts (Bid Form No. 4) in the event that a Bidder indicates that the Notice of Award (or equivalent document) and/or the Notice to Proceed (or equivalent document) are not applicable for any of the relevant contract(s) declared under Bid Form No. 4. Section VI, Item (B) (1),
Second Paragraph, is
hereby amended to read as
follows:

“The Statement shall be accompanied by the following supporting documents, as applicable, for each contract declared: (a) Notice of Award (for private contracts, submit equivalent document; if no equivalent document print one page stating “NOT Applicable”); (b) Notice to Proceed (for private contracts, submit equivalent document; if no equivalent document print one page stating “NOT Applicable”); (c) Contract (or Purchase Order provided that the terms and conditions are included therein); (d) For Completed contracts, Certificate of Acceptance/Completion (or equivalent document/s showing acceptance and/or completion); and (e) Certification of Non-Applicability, in the event that the Bidder states that the Notice of Award (or equivalent document) and/or the Notice to Proceed (or equivalent document) are not applicable for the relevant contract(s) declared under Bid Form No. 4.”

PROCUREMENT OF CONSIGNMENT, SUPPLY AND DELIVER OF CONDUCTORS

Section/Item No. Issue in the Bidding
 Document/ Technical
Specifications 
Clarification / Amendment
Section III. FORM OF THE CONTRACT & SECTION V. TERMS OF REFERENCE
Contract – Sec. 7
(Total Forecast and Member
ECs’ Allocation)
With respect to the relevant tables under Contract Sec. 7 and TOR 5, there is a typographical error in the Conductor Units provided under the Column entitled “Allocation/Quantity Per EC” (ie. “Units in Pieces” instead of “Units in Meters”) The header for the “Allocation Per EC” Column under the relevant tables found in Contract Sec. 7 and TOR 5 of the Bidding Documents are hereby revised to read as “Allocation/Quantity Per EC (Units in Meters)”
TOR 5
(General Description and
Quantities of Conductors)
   

FOR COMPLETE DETAILS CLICK THE LINK BELOW:

RPH-SBB-No.-1-for-Region-3-Distribution-Transformers-PB-ITB-R3-1-2025

RPH-SBB-No.-1-for-Region-3-Conductors-PB-ITB-R3-3-2025

RPH-SBB-No.-1-for-Region-3-Steel-Poles-PB-ITB-R3-2-2025


June 4, 2025

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:

PB-ITB-R3-1-2025

PB-ITB-R3-2-2025

PB-ITB-R3-3-2025


June 3, 2025

INVITATION TO BID

ITB 2025-10G

The Zambales II Electric Cooperative, Inc. (ZAMECO II), through its Procurement, Bids and Awards Committee (PBAC) invites all interested bidders to apply for eligibility and to bid for the Supply and Delivery of Fifty (50) Units of Desktop Computers.

LOT NO.

DESCRIPTION/MATERIALS (SUPPLY)

APPROVED BUDGET for CONTRACT

BID DOCUMENT AMOUNT

(PHP)

LOT 1

50 UNITS OF DESKTOP COMPUTERS

2,450,000.00

5,000.00

 

No.

ACTIVITIES

DATE

 

1

 

PRE-BID CONFERENCE

June 5, 2025, @ 2:00 PM via ZOOM

 

2

 

SUBMISSION & OPENING OF BIDS

June 17, 2025, @ 9:00 AM at ZAMECO II Main Office

This project is financed by the Internal Generated Fund of the Cooperative.

The copy of Eligibility and Bid Documents will be available at ZAMECO II with the office address at Brgy. Nagbunga, Castillejos, Zambales, or will be sent thru email, from May 30 to June 17, 2025, upon payment of a non-refundable amount of bid documents.

ZAMECO II assumes no responsibility whatsoever to compensate or indemnify bidders for any expenses incurred in the preparation of their bids.

We hereby reserve the right to reject any or all bids, to waive any informality therein and to accept such bid as may be considered advantageous to the Cooperative.

For inquiries, please contact PBAC secretariat on below details:

Email:             zameco2pbac@yahoo.com

Mobile No.:     +63 931 038 9827

ITB2025-10G-2.png