Tender Details
Title
Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon MUNICIPALITY OF IROSIN, SORSOGON
Country
Language
English
Organization
Published Date
04.07.2024
Deadline Date
11.07.2024
Overview
Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon Invitation to Bid (ITB)   Reference Number 11011929   Procuring Entity MUNICIPALITY OF IROSIN, SORSOGON   Title Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon   Area of Delivery Sorsogon   Printable Version Solicitation Number: GOOD-24-2024 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Goods Category: Services Approved Budget for the Contract: PHP 351,900.00 Delivery Period: 7 Day/s Client Agency: Contact Person: Maria Rachel Panti Gonzales BAC Secretary Municipal Hall San Julian Sorsogon City Sorsogon Philippines 4707 63-56-5573043 63-56-5573043 rayshealg@hotmail.com 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 11/07/2024 9:00 AM Description Republic of the Philippines Province of Sorsogon Municipality of Irosin BIDS & AWARDS COMMITTEE Invitation to Bid for Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon 1. The Local Government Unit of Irosin, through the SGLG Incentive Fund 2023 intends to apply the sum of Three Hundred Fifty One Thousand Nine Hundred Pesos (P 351,900.00) being the Approved Budget for the Contract (ABC) to payments under the contract for the Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon, GOOD-24-2024. Bids received in excess of the ABC shall be automatically rejected at bid opening. Name of Contract : LABOR(PAKYAW) FOR THE CONSTRUCTION OF SOLAR STREETLIGHTS ALONG ML QUEZON STREET, BARANGAY SAN PEDRO, SAN JULIAN AND SAN JUAN, IROSIN, SORSOGON Brief Description: demolition/disposal of existing streetlights/excavation/backfilling/rebar works/formworks/concrete works/installation of solar streetlights/painting works/project signage/permanent marker Approved Budget for the Contract : P 351,900.00 Contract Duration : 68 calendar days Delivery Period : 7 calendar days after the issuance of Notice to Proceed Source of Fund : SGLG Incentive Fund 2023 2. The Local Government Unit of Irosin now invites bids for the above Procurement Project. Delivery of the Goods is required by seven(7) calendar days. Bidders should have completed for the last two(2) years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instruction to Bidders. 3. Bidding will be conducted through open competitive bidding procedures using non-discretionary “pass/fail” criterion as specified in the 2016 Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184). 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 No. 5183. 4. Prospective bidders may obtain further information from Local Government Unit of Irosin and inspect the Bidding Documents at the address given below from 8:00 AM-5:00 PM. 5. A complete set of Bidding Documents may be acquired by interested Bidders on July 4, 2024 until July 11, 2024 from the given address and PHILGEPS website and LGU-Irosin website and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Five Hundred Pesos (P 500.00). The Procuring Entity shall allow the bidder to present its proof of payment for the fees by presenting in person the Official Receipt of bid documents to the BAC Office. 6. The Local Government Unit of Irosin will not hold a Pre-Bid Conference. 7. Bids must be duly received by the BAC Secretariat through manual submission at the office address as indicated below on or before July 11, 2024, 8:59 AM at BAC Office, Municipal Compound, San Julian, Irosin, Sorsogon. Late bids shall not be accepted. 8. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 16. 9. Bid opening shall be on July 11, 2024, 9:00 AM at the given address below Conference Room, Office of the Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. 10. The Local Government Unit of Irosin reserves the right to accept any and all bids, declare a failure of bidding or not award a contract at any time prior to contract award in accordance with Section 35.6 and 41 of the 2016 Revised Implementing Rules and Regulations(IRR) of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders. 11.For further information, please refer to: BENJAMIN M. GABIONZA,CE Municipal Engineer Municipal Compound, San Julian, Irosin, Sorsogon URL: www.irosin.gov.ph 12. You may visit the following websites: For downloading of bidding documents: PHILGEPS website and www.irosin.gov.ph Date of Publication: July 4, 2024 _____________________ NOEL D. MERCADO II BAC Chairman Instruction to Bidders 1. Scope of Bid The Procuring Entity, Local Government Unit of Irosin invites Bids for the Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon with Project Identification Number GOOD-24-2024. [Note: The Project Identification Number is assigned by the Procuring Entity based on its own coding scheme and is not the same as the PhilGEPS reference number, which is generated after the posting of the bid opportunity on the PhilGEPS website. The Procurement Project (referred to herein as “Project”) is composed of 1 lot labor(pakyaw), the details of which are described in Section VII (Technical Specifications). 2. Funding Information 2.1. The GOP through the source of funding as indicated below for SGLG Incentive Fund 2023 in the amount of Three Hundred Fifty One Thousand Nine Hundred Pesos (P 351,900.00). 2.2. The source of funding is: SGLG Incentive Fund 2023 3. Bidding Requirements The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 Revised IRR, including its Generic Procurement Manual and associated policies, rules and regulations as the primary source thereof, while the herein clauses shall serve as the secondary source thereof. Any amendments made to the IRR and other GPPB issuances shall be applicable only to the ongoing posting, advertisement, or invitation to bid by the BAC through the issuance of a supplemental or bid bulletin. The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site, determined the general requirements of this Project, including other factors that may affect the cost, duration and execution or implementation of the contract, project, or work and examine all instructions, forms, terms, and project requirements in the Bidding Documents. 4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices The Procuring Entity, as well as the Bidders and Suppliers, shall observe the highest standard of ethics during the procurement and execution of the contract. They or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184 or other integrity violations in competing for the Project. 5. Eligible Bidders 5.1. Only Bids of Bidders found to be legally, technically, and financially capable will be evaluated. 5.2. a.Foreign ownership exceeding those allowed under the rules may participate pursuant to: iii. When the goods sought to be procured are not available from local suppliers; or b. Foreign ownership limited to those allowed under the rules may participate in this Project. 5.3. Pursuant to Section 23.4.1.3 of the 2016 Revised IRR of RA No. 9184, the Bidder shall have an SLCC that is at least one(1) contract similar to the Project the value of which, adjusted to current prices using the PSA’s CPI, must at least equivalent to: a. For the procurement of Non- Expandable Supplies and Services: The Bidder must have completed a single contract that is similar to this Project, equivalent to at least fifty percent (50%) of the ABC. 5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the 2016 IRR of RA No. 9184. 6. Origin of Goods There is no restriction on the origin of Goods other than those prohibited by a decision of the UN Security Council taken under Chapter VII of the Charter of the UN, subject to Domestic Preference requirements under ITB Clause 18. 7. Subcontracts 7.1. The Bidder may subcontract portions of the Project to the extent allowed by the Procuring Entity as stated herein, but in no case more than twenty percent (20%) of the Project. The Procuring Entity has prescribed that: a. Subcontracting is not allowed. 7.2 Subcontracting is not allowed during the bidding. 7.3 Subcontracting is not allowed during the contract implementation stage. 7.4 Subcontracting of any portion of the Project does not relieve the Supplier of any liability or obligation under the Contract. The Supplier will be responsible for the acts, defaults, and negligence of any subcontractor, its agents, servants, or workmen as fully as if these were the Contractor’s own acts, defaults, or negligence, or those of its agents, servants, or workmen. 8. Pre-Bid Conference The Procuring Entity will not hold a pre-bid conference for this Project. 9. Clarification and Amendment of Bidding Documents Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. Such requests must be in writing and received by the Procuring Entity, either at its given address or through electronic mail indicated in the IB, at least ten (10) calendar days before the deadline set for the submission and receipt of Bids. 10. Documents Comprising the Bid: Eligibility and Technical Components 10.1. The first envelope shall contain the eligibility and technical documents of the Bid as specified in Section VIII( Checklist of Technical and Financial Documents). 10.2. The Bidder’s SLCC as indicted in ITB Clause 5.3 should have completed within the last two(2) years prior to the deadline for the submission and receipt of bids. 10.3. If the eligibility requirements or statements, the bids, and all other documents for submission to the BAC are in foreign language other than English, it must be accompanied by a translation in English, which shall be authenticated by the appropriate Philippine foreign service establishment, post, or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. Similar to the required authentication above, for Contracting Parties to the Apostile Convention, only the translated documents shall be authenticated through the apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation shall govern, for purposes of interpretation of the bid. 11. Documents Comprising the Bid: Financial Component 11.1. The second bid envelope shall contain the financial documents for the Bid as specified in Section VIII( Checklist of Technical and Financial Documents). 11.2. If the bidder claims preference as a Domestic Bidder or Domestic entity, a certification from DTI shall be provided by the Bidder in accordance with Section 43.1.3 of the 2016 Revised IRR of RA No. 9184. 11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be accepted. 11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices provided the conditions are met under Section 31.2 of the 2016 Revised IRR of RA No. 3184. 12. Bid Prices 12.1 Prices indicated on the Price Schedule shall be entered separately in the following manner: A.For Goods offered from within the Procuring Entity’s country: i. The price of the goods quoted EXW(ex-works,ex-factory,ex-warehouse,ex-showroom, or off the shelf, as applicable); ii. The cost of all custom duties and sales and other taxes already paid or payable; iii. The cost of transportation, insurance, and other costs incidental to delivery of the Goods to their final destination; and iv. The price of other(incidental) services, if any, listed in the BDS. 13. Bid and Payment Currencies 14.1. For Goods that the Bidder will supply from outside the Philippines, the bid prices may be quoted in the local currency or tradeable currency adopted by the BSP at the discretion of the Bidder. However, for purposes of bid evaluation, bids denominated in foreigh currencies, shall be converted to Philippine currency based on the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening. 14.2. Payment of the contract price shall be made in: Philippine Pesos 14. Bid Security 15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount indicated in the BDS, which shall be not less than the percentage of the ABC in accordance with the schedule in the BDS. 15.2. The Bid and bid security shall be valid until one hundred twenty(120) calendar days. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive. 15. Sealing and Marking of Bids Each Bidder shall submit one copy of the first and second components of its Bid. The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said request shall not be a ground for disqualification. If the Procuring Entity allows the submission of bids through online submission to the given website or any other electronic means, the Bidder shall submit an electronic copy of its Bid, which must be digitally signed. An electronic copy that cannot be opened or is corrupted shall be considered non-responsive and, thus, automatically disqualified. 16. Deadline for Submission of Bids The Bidders shall submit on the specified date and time and either at its physical address or through online submission as indicated in paragraph 7 of the IB. 17. Opening and Preliminary Examination of Bids 18.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 9 of the IB. The Bidders’ representatives who are present shall sign a register evidencing their attendance. In case videoconferencing, webcasting or other similar technologies will be used, attendance of participants shall likewise be recorded by the BAC Secretariat. In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Section 29 of the 2016 revised IRR of RA No. 9184 shall prevail. 18.2. The preliminary examination of Bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184. 18. Domestic Preference 18.1 The Procuring Entity will grant a margin of preference for the purpose of comparison of Bids in accordance with Section 43.1.2 of the 2016 Revised IRR of RA No. 9184. 19. Detailed Evaluation and Comparison of Bids 19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC shall consider the conditions in the evaluation of Bids under Section 32.2 of 2016 Revised IRR of RA No. 9184. 19.2. If the Project allows partial bids, bidders may submit a proposal on any of the lots or items and evaluation will be undertaken on a per lot or item basis, as the case maybe. In this case, the Bid Security as required by ITB Clause 14 shall be submitted for each lot or item separately. 19.3. The descriptions of the lots or items shall be indicated in Section VII(Technical Specifications), although the ABCs of these lots or items are indicated in the BDS for purposes of the NFCC computation pursuant to Section 23.4.2.6 of the 2016 Revised IRR of RA No. 9184. The NFCC must be sufficient for the total of the ABCs for all the lots or items participated in by the prospective Bidder. 19.4. The project shall be awarded as follows: Option 1- One Project having several items that shall be awarded as one contract. 20. Post Qualification Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS), and other appropriate licenses and permits required by law and stated in the BDS. 21. Signing of the Contract The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the Contract. Additional Contract documents are indicated in the BDS. Bid Data Sheet ITB Clause 5.3 For this purpose, contracts similar to the Project shall be: a. Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon Brief Description: demolition/disposal of existing streetlights/excavation/backfilling/rebar works/formworks/concrete works/installation of solar streetlights/painting works/project signage/permanent marker B. Completed within the last two(2) years from the date of the submission of bids 7.1 Not applicable since sub-contracting is not allowed. 12 The price of goods shall be quoted DDP LGU-Irosin, Irosin, Sorsogon. 14.1 The bid security shall be in the form of a Bid Securing Declaration or any of the following forms and amounts: a. [Two percent (2%) of ABC], if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit; b. [Five percent (5%) of ABC] if bid security is in Surety Bond. 19.3 Labor(Pakyaw) demolition/disposal of existing streetlights/excavation/backfilling/rebar works/formworks/concrete works/installation of solar streetlights/painting works/project signage/permanent marker 20.2 Licenses and permits relevant to the Project and the corresponding law requiring it: BIR Registration 21.2 Licenses and permits relevant to the Project and the corresponding law requiring it: None General Conditions of Contract 1. Scope of Contract This Contract shall include all such items, although not specifically mentioned, that can be reasonably inferred as being required for its completion as if such items were expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised IRR, including the Generic Procurement Manual, and associated issuances, constitute the primary source for the terms and conditions of the Contract, and thus, applicable in contract implementation. Herein clauses shall serve as the secondary source for the terms and conditions of the Contract. This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement activities, the advertisement, posting, or invitation of which were issued after the effectivity of the said amendment. Additional requirements for the completion of this Contract shall be provided in the Special Conditions of Contract(SCC). 2. Advance Payment 2.1 Advance Payment of the contract amount is provided under Annex “D” of the Revised 2016 IRR of RA No. 9184. 2.2 The Procuring Entity is allowed to determine the terms of the payment on the partial or staggered delivery of the Goods procured, provided such partial payment shall correspond to the value of the goods delivered and accepted in accordance with prevailing accounting and auditing rules and regulations. The terms of payment are indicated in the SCC. 3. Performance Security Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from the Procuring Entity but in no case later than the signing of the contract by both parties, the successful Bidder shall furnish the performance security in any of the forms prescribed in Section 39 of the 2016 revised IRR. 4. Inspection and Tests The Procuring Entity or its representatives shall have the right to inspect and/or the test the Goods to confirm their conformity to the Project. In addition to tests in the SCC, Section VII(Technical Specifications) shall specify what inspections and/or tests the Procuring Entity requires, and where they are to be conducted. The Procuring Entity shall notify the Supplier in writing, in a timely manner, of the identify of any representatives retained for these purposes. All reasonable facilities and assistance for the inspection and testing of Goods, including access to drawings and production data, shall be provided by the Supplier to the authorized inspectors at no charge to the Procuring Entity. 5. Warranty 7.1. In order to assure the manufacturing defects shall be corrected by the Supplier, a warranty shall be required from the Supplier as provided under Section 62.1 of the 2016 Revised IRR of RA No. 9184. 7.2. The Procuring Entity shall promptly notify the Supplier in writing of any claims arising under this warranty. Upon receipt of such notice, the Supplier shall, repair or replace the defective Goods or parts thereof without cost to the Procuring Entity, pursuant to the Generic Procurement Manual. 6. Liability of the Supplier The Supplier’s liability under this Contract shall be provided by the laws of the Republic of the Philippines. If the Supplier is a joint venture, all partners to the joint venture shall be jointly and severally liable to the Procuring Entity. Special Conditions of Contract GCC Clause 1 Delivery and Documents – For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP” and other trade terms used to describe the obligations of the parties shall have the meanings assigned to them by the current edition of INCOTERMS published by the International Chamber of Commerce, Paris. The Delivery terms of this Contract shall be as follows: [For Goods supplied from within the Philippines] “The delivery terms applicable to this Contract are delivered [indicate place of destination]. Risk and title will pass from the Supplier to the Procuring Entity upon receipt and final acceptance of the Goods at their final destination.” Delivery of the Goods shall be made by the Supplier in accordance with the terms specified in Section VI (Schedule of Requirements). For purposes of this Clause the Procuring Entity’s Representative at the Project Site is Wilson G. Baliwas. Incidental Services – The Supplier is required to provide all of the following services, including additional services, if any, specified in Section VI. Schedule of Requirements: a. performance or supervision of on-site assembly and/or start-up of the supplied Goods; b. furnishing of tools required for assembly and/or maintenance of the supplied Goods; c. furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied Goods; d. performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and e. training of the Procuring Entity’s personnel, at the Supplier’s plant and/or on-site, in assembly, start-up, operation, maintenance, and/or repair of the supplied Goods. f. No additional incidental service requirements. The Contract price for the Goods shall include the prices charged by the Supplier for incidental services and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services. Spare Parts – The Supplier is required to provide all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier: 1. such spare parts as the Procuring Entity may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under this Contract; and 2. in the event of termination of production of the spare parts: i. advance notification to the Procuring Entity of the pending termination, in sufficient time to permit the Procuring Entity to procure needed requirements; and ii. following such termination, furnishing at no cost to the Procuring Entity, the blueprints, drawings, and specifications of the spare parts, if requested. The spare parts and other components required are listed in Section VI (Schedule of Requirements) and the costs thereof are included in the contract price. The Supplier shall carry sufficient inventories to assure ex-stock supply of consumable spare parts or components for the Goods for a period of sixty eight (68) calendar days. Spare parts or components shall be supplied as promptly as possible, but in any case, within sixty eight(68) calendar days of placing the order. Packaging – The Supplier shall provide such packaging of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in this Contract. The packaging shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packaging case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit. The packaging, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified below, and in any subsequent instructions ordered by the Procuring Entity. The outer packaging must be clearly marked on at least four (4) sides as follows: Name of the Procuring Entity Name of the Supplier Contract Description Final Destination Gross weight Any special lifting instructions Any special handling instructions Any relevant HAZCHEM classifications A packaging list identifying the contents and quantities of the package is to be placed on an accessible point of the outer packaging if practical. If not practical the packaging list is to be placed inside the outer packaging but outside the secondary packaging. Transportation – Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or DDP, transport of the Goods to the port of destination or such other named place of destination in the Philippines, as shall be specified in this Contract, shall be arranged and paid for by the Supplier, and the cost thereof shall be included in the Contract Price. Where the Supplier is required under this Contract to transport the Goods to a specified place of destination within the Philippines, defined as the Project Site, transport to such place of destination in the Philippines, including insurance and storage, as shall be specified in this Contract, shall be arranged by the Supplier, and related costs shall be included in the contract price. Where the Supplier is required under Contract to deliver the Goods CIF, CIP or DDP, Goods are to be transported on carriers of Philippine registry. In the event that no carrier of Philippine registry is available, Goods may be shipped by a carrier which is not of Philippine registry provided that the Supplier obtains and presents to the Procuring Entity certification to this effect from the nearest Philippine consulate to the port of dispatch. In the event that carriers of Philippine registry are available but their schedule delays the Supplier in its performance of this Contract the period from when the Goods were first ready for shipment and the actual date of shipment the period of delay will be considered force majeure. The Procuring Entity accepts no liability for the damage of Goods during transit other than those prescribed by INCOTERMS for DDP deliveries. In the case of Goods supplied from within the Philippines or supplied by domestic Suppliers risk and title will not be deemed to have passed to the Procuring Entity until their receipt and final acceptance at the final destination. Intellectual Property Rights – The Supplier shall indemnify the Procuring Entity against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof. 2.2 Partial payment is not applicable. 4 The inspections and tests that will be conducted are: Inspection of the works if it follows the Technical Specification set by the end-user unit. Section VI. Schedule of Requirements The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date of delivery to the project site. Item Number Description Quantity Total Delivered, Weeks/Months 1 Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon 1 lot *Demolition/Disposal of Existing Streetlights *Excavation/Backfilling *Rebar Works *Formworks *Concrete Works *Installation of Solar Streetlights *Painting Works *Project Signage *Permanent Marker Remarks Indicate here any other appropriate information as may be necessary. SIGNATURE OVER PRINTED NAME POSITION DEPARTMENT/DIVISION Section VII. Technical Specifications Item Specification Statement of Compliance [Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidder's statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution subject to the applicable laws and issuances.] 1 Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon *Demolition/Disposal of Existing Streetlights *Excavation/Backfilling *Rebar Works *Formworks *Concrete Works *Installation of Solar Streetlights *Painting Works *Project Signage *Permanent Marker Technical Specifications TECHNICAL SPECIFICATIONS Item / Service Maximum Quantity Technical Specifications / Scope of Work Statement of Compliance [Bidders must state here either “Comply” or “Not Comply” against each of the individual parameters of each Specification stating the corresponding performance parameter of the equipment offered. Statements of “Comply” or “Not Comply” must be supported by evidence in a Bidders Bid and cross-referenced to that evidence. Evidence shall be in the form of manufacturer’s un-amended sales literature, unconditional statements of specification and compliance issued by the manufacturer, samples, independent test data etc., as appropriate. A statement that is not supported by evidence or is subsequently found to be contradicted by the evidence presented will render the Bid under evaluation liable for rejection. A statement either in the Bidder's statement of compliance or the supporting evidence that is found to be false either during Bid evaluation, post-qualification or the execution of the Contract may be regarded as fraudulent and render the Bidder or supplier liable for prosecution.] Checklist of Technical and Financial Documents I. TECHNICAL COMPONENT ENVELOPE Class “A” Documents Legal Documents ⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance with Section 8.5.2 of the IRR; (b) Registration from SEC, Department of Trade and Industry(DTI) for sole proprietorship and CDA for cooperatives (c) Valid Mayor’s permit by the city or municipality where the principal place of business is located (d) Tax clearance per EO 398 Technical Documents ⬜ (e) Statement of the prospective bidder of all its 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; and ⬜ (c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided for in Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the relevant period as provided in the Bidding Documents; and ⬜ (d) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commission or Original copy of Notarized Bid Securing Declaration; and ⬜ (e) Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable; and ⬜ (f) Original duly signed Omnibus Sworn Statement (OSS) and if applicable, 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. Financial Documents ⬜ (g) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC) or A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation. Class “B” Documents ⬜ (h) If applicable, a duly signed joint venture agreement (JVA) in case the joint venture is already in existence or duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful. II. FINANCIAL COMPONENT ENVELOPE ⬜ (i) Original of duly signed and accomplished Financial Bid Form; and ⬜ (j) Original of duly signed and accomplished Price Schedule(s). Other documentary requirements under RA No. 9184 (as applicable) ⬜ (k) [For foreign bidders claiming by reason of their country’s extension of reciprocal rights to Filipinos] Certification from the relevant government office of their country stating that Filipinos are allowed to participate in government procurement activities for the same item or product. ⬜ (l) Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity.   Omnibus Sworn Statement(Revised) REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S. AFFIDAVIT I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that: 1. Select one, delete the other: If a sole proprietorship: I am the sole proprietor or Authorized Representative of [Name of Bidder] with office address at [address of Bidder]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder]; 2. Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] as shown in the attached duly notarized Special Power of Attorney; If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached [state title of attached document showing proof of authorization (e.g. duly notarized Secretary’s Certificate, Board/Partnership resolution or Special Power of Attorney, whichever is applicable]; 3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board, by itself or by relation, membership, association, affiliation or controlling interest with another blacklisted person or entity as defined and provided for and in the Uniform Guidelines on Blacklisting; 4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct; 5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; 6. Select one, delete the rest: If a sole proprietorship: The owner or sole proprietor is not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; 7. [Name of Bidder] complies with existing labor laws and standards; and 8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents; b) Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract; c) Making an estimate of the facilities available and needed for the contract to be bid, if any; and d) Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project]. 9. [Name of Bidder] did not give or pay, directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity. 10. In case of advance payment was made or given, failure to perform or deliver any of the obligations and undertakings in the contract shall be sufficient grounds to constitute criminal liability for swindling(Estafa) or the commission of fraud with unfaithfulness or abuse of confidence through misappropriating or converting any payment received by a person or entity under an obligation involving the duty to deliver certain goods or services, to the prejudice of the public and the government of the Philippines pursuant to Article 315 of Act No. 3815 series of 1930, as amended, or the Revised Penal Code. IN WITNESS WHEREOF, I have hereunto set my hand this ___________ day of __________________, 2024 at ____________, Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory [Insert Signatory’s Legal capacity] Affiant SUBSCRIBED AND SWORN to before me a notary public for and within the Province/City pf __________________, on this ________ day of _______________, 2023 at __________________________ by the above named Affiant with his/her __________________ as the competent evidence of his/her identity and avows under penalty of law that all the statements contained on this instrument are true and correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series of 2024. REPUBLIC OF THE PHILIPPPINES ) CITY OF SORSOGON ) S.S. X ---------------------------------------------------x BID SECURING DECLARATION Project Identification No. ______ To: [Insert name and address of Procuring Entity] I/We, the undersigned, declare that: 1. I/We understand that, according to your conditions, bids must be supported by a Bid Security, which may be in the form of a Bid-Securing Declaration. 2. I/We accept that: (a) I will be automatically disqualified from bidding for any procurement contract with any procuring entity for a period of two(2) years upon receipt of your Blacklisting Order; and, (b) I/We will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen(15) days from receipt of the written demand by the procuring entity for the commission of acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1(f) of the IRR of RA No. 9184; without prejudice to other legal action the government may undertake. 3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the following circumstances: (a) Upon expiration of the bid validity period, or any extension thereof pursuant to your request; (b) I am declared ineligible or post disqualified upon receipt of your notice to such effect, and (i) I/We failed to timely file a request for reconsideration or (ii) i/We filed a waiver to avail of said right; and (c) I am/we declared as the Bidder with the Lowest Calculated and Responsive Bid and I/We have furnished the performance security and signed the Contract. IN WITNESS WHEREOF, I have hereunto set my hand this _____ day of ________, 2024 at __________________. _____________________________________ Bidder’s Representative/Authorized Signatory [Insert Signatory’s Legal capacity] Affiant SUBSCRIBED AND SWORN to before me a notary public for and within the Province/City pf __________________, on this ________ day of _______________, 2024 at __________________________ by the above named Affiant with his/her __________________ as the competent evidence of his/her identity and avows under penalty of law that all the statements contained on this instrument are true and correct. Doc. No. __________ Page No. __________ Book No. __________ Series of 2024. Bid Form for the Procurement of Goods (shall be submitted with the bid) BID FORM Date: _____________________________ Project Identification No.: _____________ To: [name and address of PROCURING ENTITY] Having examined the Philippine Bidding Documents(PBDs) including the Supplemental or Bid Bulletin Numbers_____, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to (supply/deliver/perform) (description of the Goods) in conformity with the said PBDs for the sum of (total Bid amount in words and figures) or the total calculated bid price, as evaluated and corrected for computational errors , and other bid modifications in accordance with the Price Schedules attached herewith and made part of this Bid. The total bid price includes the cost of all taxes, such as, but not limited to (specify the applicable taxes, e.g. (i) value added tax, (ii) income tax, (iii) local taxes, and (iv) other fiscal levies and duties), which are itemized herein or in the Price Schedules. If our Bid is accepted, we undertake: a.to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements of the Philippine Bidding Documents(PBDs); b. to provide a performance security in the form, amounts, and within the times prescribed in the PBDs; c. to abide by the Bid Validity specified in the PBDs and it shall remain binding upon us at any time before the expiration of that period. Until a formal Contract is prepared and executed, this Bid, together with your written acceptance thereof and your Notice of Award, shall be binding upon us. We understand that you are not bound to accept the Lowest Calculated Bid or any Bid you may receive. We certify/conform that we comply with the eligibility requirements pursuant to the PBDs. The undersigned is authorized to submit the bid on behalf of (name of the bidder) as evidenced by the attached (state the written authority). We acknowledge that failure to sugn each and every page of this Bid Form, including, the attached Schedule of Prices, shall be a ground for the rejection of our Bid. Name: Legal capacity: Signed: Duly authorized to sign the Bid for and on behalf of: Date: ___________ Contract Agreement for the Procurement of Goods(Revised) __________________________________________________________________________ THIS AGREEMENT, made the _________ day of _______________, ________ between [name and address of PROCURING ENTITY] of the Philippines (hereinafter called the“Entity”) of the one part and [name of Supplier] (hereinafter called the “Supplier”) of the other part. WHEREAS, the Entity invited Bids for certain goods and ancillary services, particularly (brief description of goods and services) and has accepted a Bid by the Supplier for the supply of those goods and services in the sum of (contract price in words and figures in specified currency) (hereinafter called the “Contract Price”). NOW THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents as required by the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184 shall be deemed to form and be read and construed as part of this Agreement, viz.: i. Philippine Bidding Documents(PBDs) i. Schedule of Requirements; ii.Technical Specifications; iii.Bill of Quantities iv.General and Special Conditions of Contract; v.Supplemental or Bid Bulletins, if any ii. Winning bidder’s bid, including the Eligibility requirements, Technical and Financial Proposals, and all other documents or statements submitted; Bid Form, including all the documents/statements submitted; Bid Form, including all the documents/statements contained in the Bidder’s bidding envelopes, as annexes, and all other documents submitted(e.g., Bidder’s response to request for clarifications on the bid), including corrections to the bid, if any, resulting from the Procuring Entity’s bid evaluation; c. Performance Security d. Notice of Award of Contract and the Bidder’s conforme thereto; and e. Other contract documents that may be required by existing laws and/or the Procuring Entity concerned in the PBDs. Winning bidder agrees that additional contract documents or information prescribed by the GPPB that are subsequently required for submission after the contract execution, such as the Notice to Proceed, Variation Orders and Warranty Security, shall likewise form part of the Contract. 3. In consideration for the sum of [total contract price in words and figures) or such other sums as may be ascertained, [Name of bidder] agrees to execute the [state the object of the contract] in accordance with his/her/its Bid. 4. The [Name of the Procuring Entity] to pay the above-mentioned sum in accordance with the terms of Bidding. IN WITNESS, whereof the parties thereto have caused this Agreement to be executed the day and year first before written. Binding Signature of the Procuring Entity: Binding Signature of Supplier: Insert Name and Signature] [Insert Name and Signature] [Insert Signatory’s Legal Capacity] [Insert Signatory’s Legal Capacity] Signed in the presence of: ______________________ ________________ Liaison Officer For: For: [Insert Procuring Entity] [Insert Name of Supplier] ACKNOWLEDGEMENT BEFORE ME, as the Notary Public for and in the City/Municipality of _____________, personally appeared _________________, representing the ________________________ with _____________ issued on __________ at __________________ and ___________________, _____________________ representing ________________________ with ______________________ issued on _________________ at __________________________, known to me the same persons who executed the foregoing CONTRACT AGREEMENT and they acknowledged to me that the same are their true act and deed for and in behalf of the parties they represent. This instrument consists of ____ pages including this page on which the acknowledgement is written duly signed by the contracting parties and their witnesses. IN WITNESS WHEREOF, I have hereunto affixed my signature and seal this _______ day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series of 2024. Bill of Quantities Item No. Item Quantity Unit Unit Price Total Price 1 Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon 1 lot *Demolition/Disposal of Existing Streetlights *Excavation/Backfilling *Rebar Works *Formworks *Concrete Works *Installation of Solar Streetlights *Painting Works *Project Signage *Permanent Marker Prepared by: ______________ Proprietor Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 Labor Labor(Pakyaw) for the Construction of Solar Streetlights along ML Quezon Street, Barangay San Pedro, San Julian and San Juan, Irosin, Sorsogon 1 Lot 351,900.00 Created by Maria Rachel Panti Gonzales 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.       MUNICIPALITY OF IROSIN, SORSOGON
NAICS
Soil Preparation Power Business Instruments and Related Products Manufacturing for Measuring Paint Justice Specialized Freight (except Used Goods) Trucking Electric Power Transmission Paint Regulation Motorcycle Financial Transactions Processing Securities Justice Automatic Environmental Control Manufacturing for Residential Automotive Body Automotive Body Highway Construction Other Justice Accounting Machinery Regulation Highway Book Commercial Newspaper International Accounting Agriculture Highway Financial Transactions Processing Paint Book Sporting Goods Other Similar Organizations (except Business General Freight Trucking Management Other Justice Other Similar Organizations (except Business Agencies Construction Funds
CPVS
Dried, salted, smoked or seasoned meat Signage Tools Earthmoving and excavating machinery, and associated parts Repair, maintenance and associated services related to aircraft and other equipment Bindings System, storage and content management software package Plants Port Control, safety, signalling and light equipment Calendars Sections Construction, foundation and surface works for highways, roads Publications Boards Control, safety or signalling equipment for inland waterways Repair, maintenance and associated services related to marine and other equipment Stocks Salt Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Sales, marketing and business intelligence software package Wells construction work Training, workout or aerobic services Office, school and office equipment cleaning services Records Seals Permits Control, safety or signalling equipment for parking facilities Construction work Ships Command, control, communication systems Sales, marketing and business intelligence software development services Supports Concrete Control, safety or signalling equipment for port installations Command, control, communication and computer systems System, storage and content management software development services Blueprints Forms Book ends Markers Concrete work Lifting, handling, loading or unloading machinery Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Sheets Repair, maintenance and associated services related to roads and other equipment Bars, rods, wire and profiles used in construction Pressure-reducing, control, check or safety valves Sheeting work Other services Posts Bars Shelves Accounting, auditing and fiscal services Seats, chairs and related products, and associated parts Envelopes Control, safety or signalling equipment for roads Display cases Goods used in construction Envelopes, letter cards and plain postcards Furnishing Repair, maintenance and associated services of vehicles and related equipment Architectural, construction, engineering and inspection services Sole Paints Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Platinum Electronic, electromechanical and electrotechnical supplies Designs Tool parts Manuals Paints, varnishes and mastics Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Plates, sheets, strip and foil related to construction materials Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Netting Post Boards Calendars Markers Display cases Awards Business cases Signage Storage General goods storage Inspection Project management Chambers of Commerce Co financing Bars Currency Income tax Sales tax Tax returns Trade agreements Equipment cases Uniforms Book ends Single room Case making services Packaging case Seals Financial Instruments, Products, Contracts and Agreements Securities Work uniforms Tent, for office use Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Civil Works Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Banking-Finance-Insurance Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Transportation Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Education and Training Defence and Security Electricity Technology Hardware and Equipment Construction Consultancy Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Industry Laboratory Equipment and Services Aviation Petroleum Products Electronics 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