Reference Number |
6389839 |
Procuring Entity |
PROVINCE OF DAVAO DEL NORTE |
Title |
B20190139 - Procurement of 1 lot Job Order: Supply and Installation for Roofing and Tinsmithing Works for Const. of Multi-Purpose Covered Court/Evacuation Center, Bahay Pag-asa, Poblacion, New Corella |
Area of Delivery |
Davao Del Norte |
Solicitation Number: |
19062309 |
Trade Agreement: |
Implementing Rules and Regulations |
Procurement Mode: |
Public Bidding |
Classification: |
Goods |
Category: |
Construction Projects |
Approved Budget for the Contract: |
PHP 319,522.60 |
Delivery Period: |
0 Day/s |
Client Agency: |
|
|
Contact Person: |
Judeth M. Madelo Supervising Administrative Officer Provincial Capitol Mankilam Tagum City Davao Del Norte Philippines 8100 63-84-6559411 63-84-6559411 bacddn@gmail.com |
|
Status |
Active
|
Associated Components |
Order
|
Bid Supplements |
0
|
Document Request List |
0
|
Date Published |
14/08/2019 |
Last Updated / Time |
14/08/2019 12:00 AM |
Closing Date / Time |
03/09/2019 10:00 AM |
|
Description
|
1. The Provincial Government of Davao del Norte, through CY 2019 General Fund (GF) Annual Budget hereby invites all interested PhilGEPS registered suppliers to submit bids for the procurement of goods. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2. The prospective bidder must have completed, within the period specified in the Invitation to Bid, an SLCC that is similar to the contract to be bid, and whose value, adjusted to current prices using the Philippine Statistics Authority (PSA) consumer price indices, must be at least fifty percent (50%) of the ABC. However, in the case of Expendable Supplies, said SLCC must be at least twenty five percent (25%) of the ABC. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders. 3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the “Government Procurement Reform Act”. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA 5183 and subject to Commonwealth Act 138. 4. Interested bidders may obtain further information from The Provincial Government of Davao del Norte and inspect the Bidding Documents at the address given below from 8:00 a.m. to 5:00 p.m., from Monday to Friday. 5. A complete set of Bidding Documents may be acquired by interested Bidders on August 14, 2019 to September 02, 2019, from the address below and upon payment of a nonrefundable fee for the Bidding Documents pursuant to Provincial Ordinance No. 2015-001. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity, provided that bidders shall pay the nonrefundable fee for the Bidding Documents not later than the submission of their bids. 6. The Provincial Government of Davao del Norte will hold a Pre-Bid Conference on August 22, 2019 at 9:00 a.m. at the Provincial General Services Office (PGSO) Conference Room, 2F PGSO Bldg., Government Center, Mankilam, Tagum City, which shall be opened to all interested parties. 7. Bids must be delivered to the address below on September 03, 2019 before 10:00 a.m. at BAC Secretariat, 2F PGSO Bldg., Government Center, Mankilam, Tagum City, Davao Del Norte. All Bids must be accompanied with a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18. Bids will be opened in the presence of the Bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted. 8. The Provincial Government of Davao del Norte reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders. 9. For further information, please refer to: JOSIE JEAN R. RABANOZ Provincial Administrator 2nd Floor, Capitol Building Contact number: 09992221967
BAC SECRETARIAT OFFICE Province of Davao del Norte 2ndF PGSO Bldg., Government Center, Mankilam, Tagum City Tel. No. (084) 216-6904 FAX No. (084) 655-9411 Office Cellphone No. 09989630488 Email address: bacddn@gmail.com Website address: www.davaodelnorte.gov.ph
sgd. HON. EDWIN I. JUBAHIB GOVERNOR
|
|
|
|
Other Information |
ELIGIBILITY CHECK REQUIREMENTS FOR THE PROCUREMENT OF GOODS
[ENVELOPE 1 - ELIGIBILITY AND TECHNICAL COMPONENTS]
[Class “A” Documents]
1.(Either of the following): >Certificate of PhilGEPS registration (Platinum Membership) with Annex A, in accordance with Section 8.5.2 of the IRR (Note: (Annex A is part of the Certificate of Platinum Membership and shall accompany the Certificate at all times when being submitted to Procuring Entities); >Class “A” Eligibility Documents current and updated (i.e. Tax Clearance, AFS, PCAB License, Registration Certificate, Mayor’s Permit)(if bidders will choose to submit this option, the Certificate of PhilGEPS registration shall be submitted as Post Qualification Requirement) >Combination of Certificate of PhilGEPS registration and Class “A” Eligibility Documents. 2. Statement of all ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid. (Note: Must be updated everytime the supplier/bidder participates in the opening of bids) 3. Statement of the bidder’s Single Largest Completed Contract (SLCC) that is similar to the contract to be bid, and whose value, adjusted to current prices using the Philippine Statistics Authority (PSA) consumer price indices, must be at least fifty percent (50%) of the ABC. However, in the case of Expendable Supplies, said SLCC must be at least twenty five percent (25%) of the ABC. (Note: Must be updated everytime the supplier/bidder participates in the opening of bids) 4. The computation of Net Financial Contracting Capacity (NFCC) at least equal to the ABC (Note: The value of the bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to the BIR) 5. Bid Security (Either of the following): a.Cash or Cashier’s/Manager’s check b.Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank c.Surety bond d.Bid Securing Declaration 6. Omnibus Sworn Statement (Note: Must be updated everytime the supplier/bidder participates in the opening of bids) 7. Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales service/parts, if applicable 8. Other Documents, if relevant such as: a.Exclusive Distributorship: - Duly Notarized Certificate of Sole Distributorship from the source b.Suppliers of Fertilizers & Pesticides: - Fertilizer & Pesticides Authority (FPA) Accreditation/Licence to Operate c.Suppliers of Seeds and Grafted Seedlings: - Bureau of Plant Industry (BPI) Accreditation d.Sand and Gravel: - Quary Permit e.Lumber Dealers: - DENR/PCA Permit f.Printing Press: - Provincial Permit to Operate with Official Receipt Payment 9. Registration/Bidders fee of P 500.00 (enclose official receipt only) (Note: Must be renewed annually)
[Class "B" Documents]
1. Valid Joint Venture Agreement (JVA) if applicable ____________________________________________________
[ENVELOPE 2 - FINANCIAL COMPONENTS]
1. Bid Forms: a.Bid form enclosed in Bidding Document b.Bid form PASIMS generated (This shall be given upon receipt of the Bidding Document after payment of the non-refundable fee) ____________________________________________________
[Requirements for submission during Post-qualification]
1. The latest income and business tax returns are those within the last six months preceding the date of bid submission. 2. Other appropriate licenses and permit required by law and stated in the Bidding Documents.
--------------------PROVINCIAL ORDINANCE NO. 2007-008--------------------
PRESCRIBING THE RATE OF SALE OF THE BIDDING DOCUMENTS TO INTERESTED SUPPLIERS AS AUTHORIZED UNDER IRR-A OF REPUBLIC ACT NO. 9184, OTHERSE KNOWN AS THE GOVERNMENT PROCUREMENT REFORM ACT AND OTHER ISSUANCES.
BE IT ENACTED by the Sangguniang Panlalawigan of Davao del Norte in Session Assembled, that:
SECTION 1. Letter A of Section is hereby introduced as Scheduled of Fees, to wit:
Rate of Bidding Documents:
Approved Budget for the Contract - Maximum Cost of Bidding Documents
500,000.00 and below - 500.00 More than 500,000.00 up to 1 million - 1,000.00 More than 1 million up to 5 million - 5,000.00 More than 5 million up to 10 million - 10,000.00 More than 10 million up to 50 million - 25,000.00 More than 50 million up to 500 million - 50,000.00 More than 500 million - 75,000.00 |
|
|
|