Tender Details
Title

LOT DEVELOPMENT PERIMETER FENCE AND ROAD CONCRETING IN BRGY. JONES MUNICIPALITY OF PASTRANA, LEYTE

Country
Language
English
Organization
Published Date
04.07.2024
Deadline Date
23.07.2024
Overview
LOT DEVELOPMENT PERIMETER FENCE AND ROAD CONCRETING IN BRGY. JONES Invitation to Bid (ITB)   Reference Number 11012551   Procuring Entity MUNICIPALITY OF PASTRANA, LEYTE   Title LOT DEVELOPMENT PERIMETER FENCE AND ROAD CONCRETING IN BRGY. JONES   Area of Delivery Leyte   Printable Version Solicitation Number: 7-3-24 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 4,999,947.09 Contract Duration: 140 Day/s Client Agency: Contact Person: JOHN LOUIS NICAL CABIDOG Admin Aide I Sto. Nino Street Pastrana Leyte Philippines 6514 63-053-8322712 63-053-8322712 lgu_pastrana_leyte@yahoo.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 23/07/2024 10:00 AM Description Republic of the Philippines PROVINCE OF LEYTE MUNICIPALITY OF PASTRANA -oOo- INVITATION TO BID LOT DEVELOPMENT PERIMETER FENCE & ROAD CONCRETING IN BRGY. JONES PROJECT IDENTIFICATION NO.- BAC-INFRA-2024-005-EPA 1. The Local Government Unit of Pastrana through the 20% DEVELOPMENT FUNDS CY 2024, intends to apply the sum of FOUR MILLION NINE HUNDRED NINETY NINE THOUSAND NINE HUNDRED FORTY SEVEN PESOS AND 09/100 CENTAVOS (P 4,999,947.09), being the Approved Budget for the Contract (ABC).   2. The BAC is conducting the public bidding for this contract in accordance with RA 9184 and its Implementing Rules (IRR). 3. To be eligible to bid for the Contract, a contractor must meet the following major requirements: (a) Filipino citizen or 75% Filipino-owned partnership/corporation with PCAB license for Size Range Category of C&D for Small B, (b) completion of a similar contract costing at least 50% of the ABC, and (c) Net Financial Contracting Capacity (NFCC) at least equal to the ABC. 4. The Bids and Awards Committee (BAC) of Pastrana will use non-discretionary “pass/fail “criteria in the eligibility check, preliminary examination of bids, evaluation of bids, post qualification, and award. 5. The Schedule of key procurement activities for this Contract is shown below: Activity Time Place 1. Pre-procurement Conference JUNE 24, 2024/2:00 P.M. Mayor’s office Conference Room, Municipality of Pastrana 2. Advertisement/ Posting of Invitation to Bid JULY 4-10, 2024 Hard Copies at BAC Secretariat, LGU Pastrana, Municipal Auditorium 2nd Floor 3. Pre-Bid Conference JULY 11, 2024/ 10:00 A.M./MUN. AUDITORIUM Municipal Auditorium, Municipality of Pastrana 4. Issuance of Bidding Documents JULY 4-23, 2024 BAC Office, LGU Pastrana, Municipal Auditorium 2nd Floor 5. Opening of Bids JULY 23, 2024/10:00 A.M./BAC OFFICE BAC Office, LGU Pastrana, Municipal Auditorium 2nd Floor 6. Bid Evaluation JULY 24, 2024 6. If at the time of the post-qualification procedure, the BAC verifies that any of the deficiencies is due to the contractor’s fault or negligence pursuant to 34.3(b)(ii)(c) of the 2016 Revised Implementing Rules and Regulations of Republic Act No. 9184 (2016 RIRR of RA 9184), the Procuring Entity shall disqualify the contractor from the award without any right to reimburse fees and incidental cost paid for the procurement of infrastructure contract subject of the Bid. 7. If the ground for post-disqualification is based on above requirements, the concerned BAC shall issue a Notice of Post-Disqualification to the bidder with a statement that “the Local Government Unit of Pastrana shall not qualify your bid for any of its Projects until and/or unless the reason for your post-disqualification was already cleared by the concerned Implementing Office”. Upon presentation of required documentary evidence, the concerned Implementing Office shall issue a certification if the contractor has already eliminated the negative slippages and other deficiencies. However, nothing herein shall delay the procurement process of the concerned Implementing Office in accordance with periods provided under 2016 RIRR of RA 9184. The warranty security will be in the form of warranty security issued to guarantee that the project undertaken shall be free from structural defect or failures, as provided by Section 62 and 62.2.3 of Annex E of the IRR of R.A. No. 9184 8. All personnel included in the Bidder’s Organizational Chart along with its equipment must be current and have updated valid ID’s (for personnel), and proof of ownership (for equipment) during the post-qualification period. All equipment must be existing as required during the implementation/construction as indicated in the program of work. The winning bidder must provide a detailed inspection plan outlining the procedures for ensuring compliance with all project specifications and standard. This plan should include regular site inspection, quality control measures, and request for inspection prior to any concreting works together with the implementing office representative. Furthermore, the winning bidder id required to conduct materials testing in accordance with industry standards and protect specifications. All test results must be documented and submitted for review. Testing must be performed by certified laboratories or personnel, and result should be available upon request. 9. Bidders shall pay the BAC a non-refundable fee of Php 5,000.00 for the Bidding Documents presented in person to the BAC Secretariat for securing hard copies of the Bidding Documents pursuant to the latest guidelines issued by the GPPB. The Procuring Entity shall allow the bidder to present its proof of payment for the fees. 10. Bids must be duly received by the BAC Secretariat through Manual Submission at the Main Buidling wherein the BID BOX is located during the dropping of bids as mentioned in the above schedule of key procurement activities. Late bids shall not be accepted. 11. All bids must be accompanied by a Bid Security in any of the acceptable forms and in the amount stated in IT CLAUSE 16. 12. The Local Government Unit of Pastrana, reserves the right to accept or reject any bid and to annul the bidding process any time before the Contract award, without incurring any liability to the affected bidders, in accordance with the provisions of Section 41 of RA 9184 and its IRR. 13. Any requests for additional information concerning this bidding shall be directed to the following: BAC Secretariat: MYRNA D. UDTOHAN BAC Secretariat: RAYNARIO C. GALVEZ, JR. Address: BAC Office, 2ND Floor Mun. Auditorium Address: BAC Office, 2ND Floor Mun. Auditorium Email address: pastranabac@gmail.com Email address: pastranabac@gmail.com IMPORTANT REMINDERS : (A) Each and every page of the Bid Forms, under Section VIII: Checklist of Technical and Financial Documents hereof, shall be signed by the duly authorized representative/s of the Bidder. Failure to do so shall be a ground for the rejection of the bid. (B) Any interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the duly authorized representative/s of the Bidder. C) Bid documents shall be complied in a folder/ binder with the Annexes properly labeled with tabs/ separators. (D) Bidders shall submit their bids through their duly authorized representative enclosed in separate sealed envelopes, which shall be submitted simultaneously: (a) The first three individually sealed envelopes shall contain the folder/ binder of the Eligibility Requirements and Technical Component of the bid; prepared in three copies labeled as follows: Envelope (1): ORIGINAL – Eligibility Requirements and Technical Component Envelope (2): COPY1- Eligibility Requirements and Technical Component Envelope (3): COPY2- Eligibility Requirements and Technical Component (b) The next three individually sealed envelopes shall contain the folder/ binder of the Financial Component of the Bid; prepared in three copies labeled as follows: Envelope (4): ORIGINAL- Financial Component Envelope (5): COPY1- Financial Component Envelope (6): COPY2- Financial Component c) Bidders shall enclose, seal and mark the following: Envelope (7): Envelope (1) and Envelope (4) enclosed in one sealed envelope marked “ORIGINAL-BID” Envelope (8): Envelope (2) and Envelope (5) enclosed in one sealed envelope marked “COPY 1 -BID” Envelope (9): Envelope (3) and Envelope (6) enclosed in one sealed envelope marked “COPY 2-BID” (d) Envelopes (7) to (9) shall then be enclosed in a single sealed, signed final/ outer envelope/ package/ box e) All envelopes (Envelopes (1) to (9) and the final/ outer envelope/ package/ box) shall indicate the following: - addressed to the Procuring Entity’s BAC - name and addressed of the Bidder in capital letters - name of the contract/ project to be bid in capital letters - bear the specific identification/ reference code of this bidding process - bear a warning “DO NOT OPEN BEFORE. . .” the date and time for the opening of bids THE CHAIRPERSON BIDS AND AWARDS COMMITTEE BAC OFFICE LGU-PASTRANA, LEYTE NAME OF BIDDER : ____________________________________ ADDRESS : ____________________________________ E) Bids submitted after the deadline shall only be marked for recording purpose, shall not be included in the opening of bids, and shall be returned to the bidder unopened. (F) Bidders shall submit a copy of the Authority to Notarize issued by the Regional Trial Court to the Notarial Public. G.) During Pre-Bid Conference Bidder shall show proof of evidence that he/she is the owner of the construction firm and if representative he/she present original copy through a Special Power of Attorney (SPA) and PCAB LICENSE of the Contractor they represent. Approved by: ANACLETA G. GABRIENTE BAC Chairperson Pre-bid Conference Date Time Venue 11/07/2024 10:00 AM MUNICIPAL AUDITORIUM Created by JOHN LOUIS NICAL CABIDOG 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 PASTRANA, LEYTE
NAICS
Power Instruments and Related Products Manufacturing for Measuring Navigational Justice Specialized Freight (except Used Goods) Trucking Electric Power Transmission Regulation Financial Transactions Processing Securities Justice Highway Construction Other Justice Machinery Regulation Highway Measuring Courts Agriculture Navigational Courts Highway Financial Transactions Processing General Freight Trucking Other Justice Agencies Construction Process Metal Can Funds
CPVS
Earthmoving and excavating machinery, and associated parts Laboratory, optical and precision equipments (excl. glasses) Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... Mains Control, safety, signalling and light equipment Sections Construction, foundation and surface works for highways, roads Control, safety or signalling equipment for inland waterways Structural works Wells construction work Office, school and office equipment cleaning services Labels Seals Control, safety or signalling equipment for parking facilities Construction work Command, control, communication systems Foundation work for highways, roads, streets and footpaths Concrete Construction work for highways, roads Control, safety or signalling equipment for port installations Command, control, communication and computer systems Forms Concrete work Boxes Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Laboratory, hygienic or pharmaceutical glassware Pressure-reducing, control, check or safety valves Posts Binders Seats, chairs and related products, and associated parts Keys Envelopes Control, safety or signalling equipment for roads Display cases Goods used in construction Envelopes, letter cards and plain postcards Paper or paperboard registers, account books, binders, forms and other articles of printed stationery Architectural, construction, engineering and inspection services Folders Security, fire-fighting, police and defence equipment Fences Manuals Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Netting Post Separators Binders Folders Display cases Awards Labels Inspection Quality control Trade agreements Equipment cases Auditorium Single room Seals Boxes Securities Tent, for office use Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Industry Laboratory Equipment and Services Building Material 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