Tender Details
Title

DIESOLINE FOR 4TH QUARTER MUNICIPALITY OF MAITUM, SARANGANI

Country
Language
English
Organization
Published Date
25.10.2024
Deadline Date
29.10.2024
Overview
DIESOLINE FOR 4TH QUARTER Invitation to Bid (ITB)   Reference Number 11401138   Procuring Entity MUNICIPALITY OF MAITUM, SARANGANI   Title DIESOLINE FOR 4TH QUARTER   Area of Delivery Sarangani   Printable Version Solicitation Number: (101)24-07-791 ET AL Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Goods Category: Fuels/Fuel Additives & Lubricants & Anti Corrosive Approved Budget for the Contract: PHP 779,498.30 Delivery Period: 30 Day/s Client Agency: Contact Person: Nelson Moskito Merculio Municipal Budget Officer/GSO Designate National Highway, malalag Maitum Sarangani Philippines 9515 63-963-2331276 mbo.maitum@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 25/10/2024 Last Updated / Time 25/10/2024 12:00 AM Closing Date / Time 29/10/2024 9:00 AM Description Section I Republic of the Philippines Province of Sarangani Municipality of Maitum OFFICE OF BIDS AND AWARDS COMMITTEE Invitation to Bid for FUEL-DIESOLINE 4TH QUARTER 1.The Local Government of Maitum, through the MOOE intends to apply the sum of P779,498.30 being the Approved Budget for the Contract (ABC) to payments under the contract for FUEL-DIESOLINE 4TH QUARTER. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2.Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”. 4.Interested bidders may obtain further information from The Local Government of Maitum, Municipal Bids and Awards Committee Chairman’s Office, at Office of Municipal Budget Officer, Municipal Hall, Maitum, Sarangani Province and inspect the Bidding Documents at the address given below from 8am to 4pm, Mondays to Fridays. 5.A complete set of Bidding Documents may be purchased by interested Bidders from the address below and upon payment of a nonrefundable fee for the Bidding Documents in the amount of P 500.00 6.Bids must be delivered to the address below on or before October 29, 2024, at 9:00am at Municipal Bids and Awards Committee Chairman’s Office, at Office of Municipal Budget Officer, Municipal Hall, Maitum, Sarangani Province. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause Bid Security. 7.Bids will be opened in the presence of the bidders’ representatives who choose to attend at BAC Office, Municipal Hall Building, Wing A, Maitum, Sarangani Province. Late bids shall not be accepted. 8.The Local Government of Maitum 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: NELSON M. MERCULIO BAC Chairman Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 DIESOLINE 4th quarter utilization 12491 Liter 779,498.30 Other Information ELIGIBILITY REQUIREMENTS GOODS Name of Bidder:___________________________________ Amount : ___________________ 1. First Envelope (Eligibility and Technical Documents) (a) Eligibility Documents – TECHNICAL COMPONENTS (1) Authority of Signatory CLASS “A” Documents: LEGAL DOCUMENTS (2) Valid PhilGEPS Certificate of Registration (PLATINUM MEMBERSHIP) *In lieu of SEC Certificate of Registration/DTI Registration, Mayor’s Business Permit, Tax Clearance and Audited Financial Statement CLASS “A” TECHNICAL Documents (3) Statement 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 (4) Statement of the Bidder’s SLCC similar to the contract to be bid within the last two (2) years with an amount of at least fifty percent (50%) of the ABC. The two statements required shall indicate for each contract the following: (ii.1) name of the contract; (ii.2) date of the contract; (ii.3) contract duration; (ii.4) owner’s name and address; (ii.5) kinds of Goods; (ii.6) For Statement of Ongoing Contracts - amount of contract and value of outstanding contracts; (ii.7) For Statement of SLCC - amount of completed contracts, adjusted by the Bidder to current prices using PSA’s consumer price index, if necessary for the purpose of meeting the SLCC requirement; (ii.8) date of delivery; and (ii.9) end user’s acceptance or official receipt(s) or sales invoice issued for the contract, if completed, which shall be attached to the statements. (5) Valid PCAB License/Special PCAB License for JVA (for Infrastructure ONLY) License issued by the Philipine Contractors Accreditation Board allowing an entity to engage in business as a contractor. (6) Statement of the Consultant specifying its Nationality (for CS only) CLASS “A” FINANCIAL Documents (7) Audited Financial Statement • Showing, among others, the bidder’s total and current assets and liabilities. • Stamped “RECEIVED” by the BIR or its duly accredited and authorized institutions. • AFS for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission. (8) Net Financial Contracting Capacity (NFCC) computation or a committed Line of Credit (CLC) from a universal or commercial bank (for GOODS only either NFCC or CLC)) The NFCC value should be at least equal to the ABC to be bid. (Current assets minus current liabilities) (K) minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started, coinciding with the contract to be bid. The constant NFCC’s K factor is set at 15, regardless of contract duration. CLASS “B” Technical Documents (9) VALID JOINT VENTURE AGREEMENT If applicable, the Joint Venture Agreement (JVA) in case the joint venture is already in existence, or duly notarized statements from all the potential joint venture partners. BID SECURITY (10) The Bid security as to the form of, amount, and validity as follows; (a) a bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or (b) a surety bond, it shall be accompanied by a certification by the Insurance Commission that the surety or insurance company is authorized to issue such instruments; (11) Conformity with the Schedule of Requirements (12) Conformity with the technical specifications (13) Omnibus Sworn Statement attesting to the fact that; (a) It is not blacklisted; (b) Documents submitted are authentic, complete, and all Information therein is true and correct; (c) The Head of the Procuring Entity or its duly authorized representative(s) are authorized to verify all documents; (d) The signatory is duly authorized; (e) It complies with the disclosure provision under the section 47 of the IRR; (f) It complies with the responsibilities of a bidder; (g) It complies with the existing labor laws and standards; and (h) Non-payment (directly or indirectly) any commission, amount, fee, or any form of consideration in relation to any procurement project or activity; The bid security shall be valid 120 calendar days from the date of opening of bids; 2. Second Envelope (Bid price) FINANCIAL COMPONENT For GOODS & Services (i) Financial Bid Form (ii) Applicable Price Schedule (Goods from Abroad or within the Philippines) (iii) Certification from DTI if Claiming preference as DOMESTIC BIDDER (RA No. 10667) For Infrastructure Projects (i) Financial Bid Form (ii) Bid Prices in the Bill of Quantities (iii) Detailed Estimates (iv) Cash Flow by Quarter FOR DEALERS OF DRUGS AND MEDICINES a.) Certificate of product registration from Food and Drug Administration (FDA). b.) Certificate of good manufacturing practices from FDA. c.) Batch release certificate from FDA. d.) If the Supplier is not the manufacturer, certification from the manufacturer that the supplier is an authorized distributor/dealer of the product/items e.) License to Operate from FDA with List of Sources (whether it is a manufacturer, importer, seller or distributor) f.)Certification by the Medical Officer that medicines and drugs requisitioned is included in the PNDF Current Edition. g.) Delivery Receipt/Invoice bearing Lot Nos. and Expiry Dates of the drugs and Medicines Created by Nelson Moskito Merculio Date Created 24/10/2024 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 MAITUM, SARANGANI
NAICS
Business Instruments and Related Products Manufacturing for Measuring Specialized Freight (except Used Goods) Trucking Regulation Financial Transactions Processing Securities Automatic Environmental Control Manufacturing for Residential Highway Regulation Medical Highway Commercial Highway Financial Transactions Processing Other Similar Organizations (except Business General Freight Trucking Other Similar Organizations (except Business Agencies Process Medical
CPVS
Earthmoving and excavating machinery, and associated parts Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... Calendars Sections Lubricants Boards Sales, marketing and business intelligence software package Office, school and office equipment cleaning services Permits Sales, marketing and business intelligence software development services Forms Food, beverage and tobacco-processing machinery Food, beverages, tobacco and related products Other services Seats, chairs and related products, and associated parts Envelopes Display cases Envelopes, letter cards and plain postcards Security, fire-fighting, police and defence equipment Administration, defence and social security services Platinum Dates
UNSPSC
Netting Anti corrosives Boards Calendars Display cases Awards Business cases Trade agreements Drug cases Case making services Financial Instruments, Products, Contracts and Agreements Securities Tent, for office use Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Chemicals Civil Works Healthcare and Medicine Building 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 Printing and Publishing Services Railways-Rail-Railroad Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Industry Aviation Building Material 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