Tender Details
Title

Land Bank of the Philippines - Proposed Office of the Group Head - EVBG at Landbank Leyte Corporate Center LANDBANK OF THE PHILIPPINES - REGION VIII

Country
Language
English
Organization
Published Date
22.10.2024
Deadline Date
07.11.2024
Overview
Land Bank of the Philippines - Proposed Office of the Group Head - EVBG at Landbank Leyte Corporate Center Request for Quotation (RFQ)   Reference Number 11386583   Procuring Entity LANDBANK OF THE PHILIPPINES - REGION VIII   Title Land Bank of the Philippines - Proposed Office of the Group Head - EVBG at Landbank Leyte Corporate Center   Area of Delivery Leyte   Printable Version Solicitation Number: LBP-RBACVIII-RFQ-CW-2024-0285504-02-NP Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Two Failed Biddings (Sec. 53.1) Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 3,665,474.00 Contract Duration: 0 Day/s Client Agency: Contact Person: RBAC Secretariat RBAC Secretariat 2nd floor Landbank Building., Real St. Sagkahan District Tacloban City Leyte Philippines 6500 63-053-8327755 lbprbac8@gmail.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 22/10/2024 Last Updated / Time 22/10/2024 12:00 AM Closing Date / Time 07/11/2024 8:00 AM Description LAND BANK OF THE PHILIPPINES Regional Bids and Awards Committee VIII 2F LANBANK Leyte Corporate Center Real St., Sagkahan, Tacloban City Date: _____________________ TO: ___________________________ ___________________________ We would like to request for your price quotation for the PROPOSED OFFICE OF THE GROUP HEAD – EVBG AT LANDBANK LEYTE CORPORATE CENTER under the following terms and conditions: 1. Price quotation should be indicated in the prescribed form which is page 2 of this Request for Quotation (RFQ). All entries in the Price Quotation Form must be typed or written legibly. 2. Quotations exceeding the approved budget are disqualified. 3. All prices quoted shall be valid within 120 days from the date of quotation/proposal and shall be inclusive of all taxes, freight, insurance and other charges. 4. All quotations shall be considered fixed prices, and therefore not subject to price adjustment, and escalation during contract implementation. 5. The quotation/proposal shall be submitted not later than November 07, 2024 to Land Bank of the Philippines – Field Support Services Center VIII, 2F LANDBANK Bldg., Real St., Sagkahan, Tacloban City. Only quotations submitted on or before the deadline shall be accepted. Only quotations submitted on or before the deadline shall be accepted. 6. The winning Bidder is required to return the signed copy of the Notice of Award, Purchase Order and Notice of Proceed within seven (7) calendar days from receipt thereof. Otherwise, we shall cause the cancellation of the award. 7. Payment shall be through direct credit to the Bidder’s deposit account with LANDBANK. Bidders are required to maintain a deposit account with the LANDBANK’s Cash Department or any of its Branches. (Pursuant to Malacañang Executive Order No. 170 (Re: Adoption of Digital Payments for Government Disbursements and Collections) issued on 12 May 2022, directing all government agencies to utilize safe and efficient digital disbursement in the payment of goods, services and other disbursements, all payments for the resulting contract shall be through direct credit to the Bidder’s deposit account with LANDBANK. Thus, the Bidder shall maintain a deposit account with any LANDBANK Branch where the proceeds of its billings under the resulting contract shall be credited.) 8. Liquidated damages equal to one-tenth of one percent (0.001) of the cost of the unperformed portion for every day of delay shall be deducted from the contract price. 9. LANDBANK reserves the right to accept or reject any or all quotations and to impose additional terms and conditions it may deem proper. 10. This procurement project is subject to the provisions of the Government Procurement Reform Act (RA 9184). Thank you. CHRISTOPHER R. MARCO Vice-Chairperson, RBAC VIII To : LAND BANK OF THE PHILIPPINES Regional Bids and Awards Committee VIII 2F LANBANK Leyte Corporate Center Real St., Sagkahan, Tacloban City PRICE QUOTATION FORM We hereby offer to supply the item(s) specifically described below with our price quotation/s shown opposite the item/s. We certify that we have carefully read and accepted your Terms and Conditions stated on page 1 of the Request for Quotation. We further certify that we are a manufacturer/ licensed distributor/dealer of the item(s) described below, and that at least 60% thereof is owned by Filipino citizens, subject to your verification when required. Item/s & Description Approved Budget for the Contract (ABC) (PhP3,665,474.00) Total Cost (Inclusive of all applicable taxes) Proposed Office of the Group Head – EVBG at LANDBANK Leyte Corporate Center PhP______________________ Terms and conditions for this quotation: 1. Scope of works and other requirements per attached Terms of Reference and other specifications per attached list (EVBG - Annex A). 2. Project Completion: Within seventy-five (75) calendar days upon receipt of the Notice to Proceed (NTP). 3. Delivery Site: East Visayas Branches Group 2F LANDBANK Leyte Corporate Center Real St., Sagkahan, Tacloban City Contact Details: Ms. Bheverly M. Clamaña / 053) 832-7755 4. The following documents must be submitted together with the price quotation: a. Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages); b. Duly 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 (sample form No. 5). c. Statement of the prospective bidder of all its ongoing government and private contract, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid, within the relevant period as provided in the Bidding Documents. The statement shall include all information required in the PBDs prescribed by the GPPB. (sample form – Form No. 1). d. Statement of the prospective bidder identifying its Single Largest Completed Contract (SLCC) similar to the contract to be bid. The statement shall include all information required in the PBDs prescribed by the GPPB (sample form – Form No. 2). It shall include all information required in the PBDs prescribed by the GPPB and it shall be supported by the Owner’s Certificate of Acceptance (OCA) issued by the owner other than the contractor (refer to the Note in Form No. 2 for the required information to be indicated in OCA) or Contractors Performance Evaluation System (CPES) Rating, which must be satisfactory. For contracts with the private sector, an equivalent document shall be submitted. The Bidder must have completed a contract that is similar to this Project, the value of which, adjusted to current prices using the PSA’s CPI, must be equivalent to at least fifty percent (50%) of the ABC of this Project or the Bidder must have completed at least two (2) contracts similar to this Project, the aggregate amount of which, adjusted to current prices using the PSA’s CPI, must be equivalent to at least fifty percent (50%) of the ABC for this Project, and the largest of these similar contracts must be equivalent to at least twenty five percent (25%) of the ABC for this Project. A contract shall be considered similar to this Project if it involves building construction/renovation. Moreover, it must have been completed within five (5) years prior to the set deadline for the submission and receipt of bids. e. Valid Philippine Contractors Accreditation Board (PCAB) License or Special PCAB License in case of Joint Venture and registration for the type and cost of the contract for this Project – Category C & D and size range Small B (PCAB Classification: General Building/GB-1). f. 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. g. The prospective bidder’s computation for its Net Financial Contracting Capacity (sample form No. 3) h. 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. Failure to enter into a joint venture in the event of a contract award shall be ground for the forfeiture of the bid security. Each partner of the joint venture shall submit the legal eligibility documents. The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance, provided, that the partner responsible to submit the NFCC shall likewise submit the statement of all its ongoing contracts and Audited Financial Statements. i. EVBG Annex A – Specifications with conformity of bidder. j. EVBG Annex B – Drawings with conformity of bidder. k. EVBG Annex C – Bill of Quantities with conformity of bidder. l. Duly signed Bid Prices in the Bill of Quantities m. Detailed estimates, including a summary sheet indicating the unit prices of construction materials, labor rates, and equipment rentals used in coming up with the Bid n. Cash flow by quarter or payment schedule o. Project Requirements, which shall include the following: a. Organizational chart for the contract to be bid. b. List of contractor’s key personnel to be assigned to the contract to be bid with the following supporting documents: Curriculum Vitae, Certified photo copy of Professional Regulation Commission (PRC) ID of PRC Board Certificate & Employment Certificate 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. p. Duly notarized Omnibus Sworn Statement (OSS) (sample form - Form No.6) q. Certified copy of current General Information Sheet with Documentary Stamp Tax (DST) from the Securities and Exchange Commission (SEC). r. List of at least five (5) completed construction projects undertaken during the last five (5) years as a general contractor/fit-out contractor accompanied by a certified true copy of Purchase Orders or Contract Agreement and Certificate of Acceptance or Completion for the said project, with the following details:  Name of project  Location of project  Type of project  Duration of the project  Contact persons and number The list of five (5) completed construction projects shall be accompanied by Performance Assessment Report (PAR) forms for each project with at least “Satisfactory” adjectival rating duly filled out and signed by the owner and/or representative. The Standard Format for PAR (see exhibit 1 of TOR) shall be adopted. Post-Qualification Documents/Requirements – [The bidder may submit the following documents/requirements within five (5) calendar days after receipt of Notice of Post-Qualification]: 1. Business Tax Returns per Revenue Regulations 3-2005 (BIR No. 2550 Q) VAT or Percentage Tax Returns for the last two (2) quarters filed manually or through eFPS. 2. Latest Income Tax Return filed manually or through eFPS 3. Manpower Schedule 4. Construction Methodology 5. Equipment Utilization Schedule 6. PERT/CPM or other acceptable tools of project scheduling 7. Construction Schedule and S-curve 8. Duly notarized Secretary’s Certificate designating the authorized signatory in the Contract Agreement if the same is other than the bidder’s authorized signatory in the bidding. ___________________________________________ Bidder/Contractor Please credit payment to:_________________ Account Name: _________________________ Account Number: _____________________ LBP Branch: _________________________ ___________________________________________ Printed Name of Authorized Representative ___________________________________________ Signature ___________________________________________ Address ___________________________________________ Tel. No./Fax No. ___________________________________________ E-mail Address Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 Proposed Office of the Group Head - EVBG Proposed Office of the Group Head - EVBG at Landbank Leyte Corporate Center 1 Lot 3,665,474.00 Created by RBAC Secretariat Date Created 21/10/2024 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.       LANDBANK OF THE PHILIPPINES - REGION VIII
NAICS
Power Business All Other Professional Instruments and Related Products Manufacturing for Measuring Professional Regulation Religious Financial Transactions Processing Securities Other Professional All Other Support Services Construction Machinery Regulation Scenic and Sightseeing Transportation Executive Agriculture Corporate Executive Financial Transactions Processing Other Similar Organizations (except Business All Other Professional Other Similar Organizations (except Business Agencies Construction Professional
CPVS
Tools Stamps Earthmoving and excavating machinery, and associated parts Collection, transport and disposal of hospital waste System, storage and content management software package Aggregates Calendars Construction, foundation and surface works for highways, roads Boards Wells construction work Office, school and office equipment cleaning services Safes Construction work Machinery for cleaning, filling, packing or wrapping bottles or other containers Supports System, storage and content management software development services Forms Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Vats Sheets Sheeting work Other services Seats, chairs and related products, and associated parts Keys Display cases Goods used in construction 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 Platinum Tool parts Plates, sheets, strip and foil related to construction materials Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Netting Boards Calendars Stamps Display cases Awards Business cases Corporate states Employment Tax returns Trade agreements Equipment cases Single room Case making services Aggregates 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 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 Law and Legal Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Construction Energy-Power and Electrical Coal and Lignite Computer Hardwares and Consumables Industry 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