Tender Details
Title
Construction of Drainage System Phase I at Purok Bislong, Brgy. Lawigan BARANGAY LAWIGAN, MATI CITY
Country
Language
English
Organization
Published Date
04.07.2024
Deadline Date
22.07.2024
Overview
Construction of Drainage System Phase I at Purok Bislong, Brgy. Lawigan Invitation to Bid (ITB)   Reference Number 11012433   Procuring Entity BARANGAY LAWIGAN, MATI CITY   Title Construction of Drainage System Phase I at Purok Bislong, Brgy. Lawigan   Area of Delivery   Printable Version Solicitation Number: LAWIGAN – 06-24 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 485,188.81 Contract Duration: 0 Day/s Client Agency: Contact Person: ELLAN B MATUTE Punong Barangay Purok Bagong Lipunan, Brgy. Lawigan City of Mati, Davao Oriental Mati Davao Oriental Philippines 8200 63-087-8113054 noelryanuy@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 22/07/2024 10:00 AM Description Province Of Davao Oriental CITY OF MATI Barangay Lawigan INVITATION TO BID CONSTRUCTION OF DRAINAGE SYSTEM PHASE I AT PUROK BISLON, BRGY. LAWIGAN ITB No. LAWIGAN 06-24 1. The Barangay Lawigan, Mati, through the Barangay IRA Fund intends to apply the sum of Four Hundred Eighty Five Thousand One Hundred Eighty Eight Pesos & 81/100 (Php485,188.81) being the ABC to payments under the contract for Construction of Drainage System Phase I at Purok Bislong, Brgy. Lawigan. Bids received in excess of the ABC shall be automatically rejected at bid opening. 2. The Barangay Lawigan, Mati, now invites bids for the above Procurement Project. Completion of the Works is required 20 Calendar Days. Bidders should have completed a contract similar to the Project. 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 non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184. 4. Interested bidders may obtain further information from Barangay Lawigan, Mati, Davao Oriental and inspect the Bidding Documents or inquire from the BAC Secretariat _____________________ 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 3 July 2024 – 22 July 2024 from given address and website/s below 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 (P1,000.00). The Procuring Entity shall allow the bidder to present its proof of payment for the fees presented in person. 6. Bids must be duly received by the BAC Secretariat through manual submission at Barangay Hall, Barangay Lawigan, Mati, Davao Oriental on or before 22 July 2024 (10:00AM). Late bids shall not be accepted. 7. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 16. 8. Bid opening shall be on 22 July 2024 (10:00AM) at Barangay Hall, Barangay Lawigan, Mati, Davao Oriental Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity. 9. The Barangay Lawigan, Mati, Davao Oriental reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Sections 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. 10. For further information, please refer to: ______________________________ Barangay Lawigan City of Mati Province of Davao Oriental Contact Number: ________________ _____________________________ BAC Chairperson Bill of Quantities Item No. Scope of Work Unit Quantity Unit Price Total Price I. Site Clearing sq.m 165.00 II. Excavation Works cu.m 52.00 III. Declogging & Desilting of Existing Canal cu.m 65.00 IV. Riprap Line Canal a. Stone Masonry cu.m 34.7 b. Soil Compaction cu.m 20.80 c. Concrete Flooring cu.m 6.50 V. Project Billboard/Signboard each 1.00 TOTAL Checklist of Technical and Financial Documents I. TECHNICAL COMPONENT ENVELOPE Class “A” Documents Legal Documents ⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);or ⬜ (b) Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives or its equivalent document; and ⬜ (c) Mayor’s or Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas; and ⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR). Technical Documents ⬜ (f) 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 ⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided under the rules; and ⬜ (h) Philippine Contractors Accreditation Board (PCAB) License; or Special PCAB License in case of Joint Ventures; and registration for the type and cost of the contract to be bid; and ⬜ (i) 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 (j) Project Requirements, which shall include the following: ⬜ a. Organizational chart for the contract to be bid; ⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with their complete qualification and experience data; ⬜ c. List of contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership or certification of availability of equipment from the equipment lessor/vendor for the duration of the project, as the case may be; and ⬜ (k) 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 ⬜ (l) The prospective bidder’s audited financial statements, showing, among others, the prospective bidder’s total and current assets and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for the preceding calendar year which should not be earlier than two (2) years from the date of bid submission; and ⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC). Class “B” Documents ⬜ (n) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No. 4566 and its IRR 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 ⬜ (o) Original of duly signed and accomplished Financial Bid Form; and Other documentary requirements under RA No. 9184 ⬜ (p) Original of duly signed Bid Prices in the Bill of Quantities; and ⬜ (q) Duly accomplished Detailed Estimates Form, including a summary sheet indicating the unit prices of construction materials, labor rates, and equipment rentals used in coming up with the Bid; and ⬜ (r) Cash Flow by Quarter. Created by ELLAN B MATUTE 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.       BARANGAY LAWIGAN, MATI CITY
NAICS
Power Business Instruments and Related Products Manufacturing for Measuring Justice Regulation Brick Financial Transactions Processing Securities Brick Justice Construction Other Justice Machinery Regulation Agriculture Financial Transactions Processing Other Similar Organizations (except Business Other Justice Other Similar Organizations (except Business Agencies Construction Funds
CPVS
Stamps Earthmoving and excavating machinery, and associated parts System, storage and content management software package Calendars Sections Construction, foundation and surface works for highways, roads Boards Wells construction work Permits Masonry work Construction work Supports Concrete System, storage and content management software development services Forms Concrete work Sheets Sheeting work Soil Drainage works Seats, chairs and related products, and associated parts Keys Envelopes Display cases Goods used in construction Envelopes, letter cards and plain postcards Architectural, construction, engineering and inspection services Sole Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manua... Security, fire-fighting, police and defence equipment New stamps Platinum Construction work for dams, canals, irrigation channels and aqueducts Manuals Plates, sheets, strip and foil related to construction materials Soles Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Soil Stone Netting Flooring Boards Calendars Stamps Display cases Awards Business cases Trade agreements Equipment cases Single room Securities 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
Chemicals Civil Works 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 Oil and Gas Law and Legal Printing and Publishing Defence and Security Electricity Construction Agriculture-Food and Beverages Energy-Power and Electrical Computer Hardwares and Consumables Industry 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