Tender Details
Title

Improvement of Basketball Court Flooring SANGGUNIANG KABATAAN NG BARANGAY CAMOTE - DULAG, LEYTE

Country
Language
English
Organization
Published Date
07.10.2024
Deadline Date
14.10.2024
Overview
Improvement of Basketball Court Flooring Invitation to Bid (ITB)   Reference Number 11327739   Procuring Entity SANGGUNIANG KABATAAN NG BARANGAY CAMOTE - DULAG, LEYTE   Title Improvement of Basketball Court Flooring   Area of Delivery Leyte   Printable Version Solicitation Number: CAMOTE-2024-10-001 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 200,000.00 Contract Duration: 15 Day/s Client Agency: Contact Person: Arianne S. Gacita SK Chairperson Barangay Camote. Dulag Leyte Philippines 63-063-095878071 ariannesgacita@gmail.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 07/10/2024 Last Updated / Time 07/10/2024 12:00 AM Closing Date / Time 14/10/2024 2:00 PM Description Description I. Removal of Existing structure or obstruction II. Structural Concrete for slab on fill III. Reinforcing steel of reinforced concrete Structures 1. Barangay Camote, DULAG, LEYTE through the bids and awards comm.) invites suppliers, distributors of construction materials for the project: Improvement of Basketball Court Flooring 2. The bids and awards committee will use a non-discretionary pass/fail criterion in the eligibility check/screening as well as the preliminary Examination of Bids. 3. The following Eligibility documents in two (2) copies duly certified must be submitted to the Bids and Awards Committee (BAC) not later than October 14, 2024: a.) Letter of Intent; b.) Business License Permit/valid and current Mayor’s permit/Municipal License; c.) DTI Business Name Registration or SEC Registration Certificate; d.) Latest Audited Financial Statement; e.) Company Profile; f.) Tax Identification No. (TIN); g.) Sworn Statement by the prospective bidder that he is not “barred” or “blacklisted” from participating in the government biddings, including non-inclusion in the Consolidated Blacklisting Report issued by GPPB; h.) Other appropriate license as maybe required by the procuring entity; i.) Statement of prospective bidder of all its ongoing and completed government and private contracts within the period specified in the IAEB, including contracts awarded but not yet started; j.) Articles of Incorporation, partnership or Cooperation, whichever is applicable, including amendments thereto, if any; k.) Sworn affidavit of the bidder that is not related to the head of the procuring entity, members of the BAC, TWG and Secretariat and the members of the PMO and the designers of the project, by consanguinity or affinity up to the third civil degree; l.) Valid joint venture agreement in case of joint venture; m.) Letter authorizing the BAC or its duly authorized representative/s to verify any or all of the documents submitted for eligibility check; Certification under oath that each of the documents submitted in satisfaction of eligibility requirements is an authentic and original copy, or a true and faithful reproduction of the original complete and that all statements and information provided therein are true and correct; n.) Other appropriate licenses as may be required by the procuring entity concerned; o.) Copies of end-user’s acceptance letter for completed contracts; p.) Specification of whether or not prospective bidder is a manufacturer supplier or distributor; q.) Audited financial statement “received” by the IR or its duly accredited and authorized institutions, for immediately preceding calendar year, showing among others the total assets and liabilities; r.) Computation of Net Financial Contracting Capacity (NFCC) or s.) Certificate of commitment specific to the contract at hand, issued by a licensed bank to extend to the bidder a credit line if awarded the contract or; t.) A cash deposit certified certifying a hold out on cash deposits issued by a licensed bank which shall also be specific to the contract to be bid, in an amount not lower that the set by the procuring entity in the Bidding Documents, which shall be at least equal to 10% of the Approved Budget for Contract. 4. Sealed Two (2) envelope system will be received by the BAC at the Barangay Hall not later than 2:00 pm on October 14, 2024. 5. Barangay Camote, DULAG, LEYTE responsibility whatsoever to compensate or indemnify bidders for any expense incurred in the preparation of their bids. 6. Barangay Camote, DULAG, LEYTE reserves the right to reject or all bids to waive any defect and informally therein. HON. ARIANNE S. GACITA Brgy.SK chairman INSTRUCTIONS TO BIDDERS 1.1 ONLY FIRMS/entities duly qualified eligibility requirements by the BIDS and Awards Committee(BAC) to participate in the bidding may submit proposals. 1.2 Bids /tenders shall be considered only from bidders who have visited the site and who have secured bid documents with the equipment specification at the BAC Secretary, 1.3 All bids/tenders shall be prepared in English and submitted to BAC Secretary; 1.4 The Bidder shall prepare his bid by accomplishing and submitting three (3) copies of the bid/tender documents(e.i.prescribed forms)including the required enclosed attachments.All blank space must be properly filled out by the typewriter except where specifically otherwise stated. 1.5 If erasures or changes are made ,each erasures or changes must initiated by the person signing the bid/tender. 1.6 Bid/Tenders will be submitted for any items.Bids/tenders must be for all items in the bill of quantities of any items .Bid/Tenders shall be written in words as well as in figures,the price in words shall prevail. In case of discrepancy in the unit price and the extension thereof,the unit price shall govern. 1.7 All pages in bid tender Documents ,including annexes shall be signed in ink .The bid/tender must signed by the Bidder himself or duly authorized person or persons. 1.8 The bid/tender shall contain all the information and data required to be furnished by the bidder/tender. 1.9 The bidder required to make a careful examination and contemplated in the bid documents ,specifications,special provisions if any ,and the form of contract,and fully informs himself as to quality of materials.The submission of bids by any bidder shall be deemed that he has made such examination and is satisfied as to the condition to be encountered in performing the work contemplated and has familiarized him with all the requirements governing or affecting him and his operations. 1.10 The Barangay assumes no obligations whatsoever to compensate or indemnify the bidders /tenderscfor any expense or loss that may occur in the preparation of their proposals,nor does the Barangay guarantee that an award will be made under the contract documents. BID SECURITY 1.11 All bids shall be accomplished by the bid security least equal to,and not lower than one percent(1%)as approved budget for the contract to be bid in the form of cash,certified check,cashiers check,managers check,bank draft or irrevocable letter of credit ,one and one half percent(1 ½%) in the form of Bank guarantee, two and one half percent (2 ½%)in the form of surety bond callable upon demand issued by a reputable surety or insurance company payable to Barangay Camote, DULAG, TANAUAN, LEYTE as a guarantee that the successful bidder within ten calendar days(10) or less from receipt of notice of award ,enter into contract with the barangay and f6rnish the performance bond.Bid securities shall be valid for a reasonable period as indicated which shall not be less than one hundred twenty (120) calendar days following the opening of bids. 1.12 NO BID securities shall be returned to bidders after the opening of bids and before contract signing ,except of those that failed to comply with any of the requirement tone be submitted in the first bid envelop of the bid. 1.13 Failure to enclose the required bid security in the form and amount prescribed herein shall automatically disqualify the bid concerned . SUBMISSION AND RECEIPT OF BIDS 1.14 BID/PROPOSALS in the prescribed form ,shall be submitted in two (2) sealed envelop properly marked in capital letters the name/title of the project to be bid and the name of the bidders ,and must be addressed to; THE BAC CHAIRMAN,BIDS AND AWARDS COMMITTEE(BAC)and or,TYPE BAC CHAIRMAN, Barangay Camote, DULAG TANAUAN, LEYTE .The bidders shall marked the two envelopes;DO NOT OPEN(DATE AND TIME OF OPENING OF BIDS). 1.15 The first envelope which should be marked “1st”shall contain the following;1.Bid security as to form amount and validity period ;2.Authority of the signatory ;3.Production /delivery schedule ;4.Manpower requirements;5.After sales service/parts;if applicable;6.technical specifications;7. Commitment from the suppliers/distributors/manufacturer’s bank to extend to him a credit line if awarded the contract to be bid or cash deposit equivalent to ten percent (10%) of the ABC (P149,974.31);8.Duly signed Certificate in compliance with the disclosure provision under section 47 of the act in relation to other provisions og RA3019 ;Duly signed statement attesting to have complied with responsibilities listed in GPRA IRR-Aand other documents /materials as stated in the instruction to bidders. 1.16 The second envelope,which should be marked’’2nd ‘’shall contain the following;1.The bid prices in the Bill of Quantities in the prescribed bid form;2.The recurring and the maintenance costs, if applicable. WITHDRAWAL OF BIDS 1.17 A bidder may modify its bid before deadline for the submission and receipt of bids not allowed to retrieve its original bid ,but shall send another bid equally sealed,properly identified and marked as a modification and stamped received by BAC. 1.18 A bidder will be allowed to withdraw his bid prior to the time set for its opening provided he communicated his purpose in writing to the BAC;In this case the bid/tender shall return to him un opened .No bid can be withdrawn for any reason whatsoever after opening of bids has commenced. 1.19 The bidder shall be responsible for having taken steps to carefully examine all the Contract documents ,have fully informed himself with all conditions, local or otherwise ,relative to the carrying out of the contract work; 1.20 The Barangay shall not assume any responsibility regarding erroneous interpretations or conclusions obtained by the bidder out of the data furnished by the Barangay or its consultant,either before or conditions contained in the contract. LAWS, ORDINANCES , RULES AND REGULATIONS 1.21 In submitting a proposal/bid ,the bidder is considered to have familiarized himself,acts,rules and regulations of the Republic of the Philippines,including any or all local ordinances or rules or regulations,which in any manner may affect or apply to the operation and activities of the bidders.The bidder shall be the employer of the personnel whom he will engage the prosecution of the contract and is under obligation to comply with the labor laws of the Philippines. 1.22 In addition , the bidder is advised to carefully examine and to inform and to familiarized himself with all the ordinances ,rules,and regulations adopted by the Barangay in regards with the procurement of Goods. BIDDERS COMPETENCE 1.23 The Barangay reserves the right to fully examine the competence and responsibility of the bidder at any time before award of contract by aby means and to reject any bid/tender when statement as to business and technical organizations or financial resources or construction performance have been found to be false /and or fabricated and in the Barangay”s opinion would justify rejection. PRE BID CONFERENCE 1.24 No pre bid conference will be conducted except upon written request of any prospective bidder which shall be held within a reasonable period before prospective to adequately prepare the bids subject to the approval of the BAC. 1.25 BIDS will be opened on October 14, 2024 at exactly 02:00 pm at the Barangay hall. Bidders or authorized representative may attend the opening of bids. 1.26 Immediately after opening of bids the BAC of the Brgy. Will undertake a thorough study and bid evaluation of proposed submitted.Award of the contract shall be made to the bidder with the lowest calculated responsive bid. 1.27 The Brgy. Reserves the right to reject any or all bids /tenders ,to waive informality in the bid/tender received .The right is also reserve to reject the bid/tender of any bidder who (a)have previously failed to satisfactorily perform or complete any construction contract undertaken by him. (b)was qualified in the eligibility requirement on the basis of suppressed or false information;or (c) such other compelling grounds as determinedcduring bid evaluation of the proposal of bids; 1.28 WITHIN a period not exceeding fifteen (15) calendar days from the declaration by the BAC of the lowest Calculated Responsive bid or Highest Rated Responsive Bid and immediately after approval of the recommendation of the BAC by thr local chief executive of his duly authorized representative shall issue the NOTICE of AWARD to the winning bidder. Created by; HON. ARIANNE S. GACITA BRGY. SK Chairman Created by Arianne S. Gacita Date Created 06/10/2024 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.       SANGGUNIANG KABATAAN NG BARANGAY CAMOTE - DULAG, LEYTE
NAICS
Business Instruments and Related Products Manufacturing for Measuring Justice Specialized Freight (except Used Goods) Trucking Regulation Other Foundation Other Foundation Financial Transactions Processing Securities Justice Construction Other Justice Machinery Regulation Executive Courts Agriculture Executive Courts Financial Transactions Processing Foundation Other Similar Organizations (except Business General Freight Trucking Other Justice Other Similar Organizations (except Business Agencies Construction
CPVS
Basketballs Parts of structures Stamps Earthmoving and excavating machinery, and associated parts Profiles System, storage and content management software package Tin Calendars Sections Construction, foundation and surface works for highways, roads Engineering, auxiliary, average, loss, actuarial and salvage insurance services Structural works Sales, marketing and business intelligence software package Wells construction work Seals Construction work Machinery for cleaning, filling, packing or wrapping bottles or other containers Sales, marketing and business intelligence software development services Structures and parts Concrete System, storage and content management software development services Forms Typewriters Concrete work Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Steel Seats, chairs and related products, and associated parts Envelopes Display cases Goods used in construction Envelopes, letter cards and plain postcards Ink Architectural, construction, engineering and inspection services Stamps, cheque forms, banknotes, stock certificates, trade advertising material, catalogues and manua... Security, fire-fighting, police and defence equipment New stamps Concrete slabs Dates
UNSPSC
Netting Profiles Flooring Typewriters Calendars Stamps Display cases Awards Basketballs Business cases Trade agreements Equipment cases Concrete slab Seals Securities Airport Maps, Networks (GIS), Studies 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 Infrastructure Law and Legal Printing and Publishing Railways-Rail-Railroad Defence and Security Electricity Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Steel Aviation 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