Tender Details
Title

INSTALLATION OF FLOOR TILES, Don Emiliano Pabico Elementary School, Brgy. Lag-on, Daet, Camarines Norte PROVINCIAL GOVERNMENT OF CAMARINES NORTE

Country
Language
English
Organization
Published Date
10.10.2024
Deadline Date
17.10.2024
Overview
INSTALLATION OF FLOOR TILES, Don Emiliano Pabico Elementary School, Brgy. Lag-on, Daet, Camarines Norte Request for Quotation (RFQ)   Reference Number 11341409   Procuring Entity PROVINCIAL GOVERNMENT OF CAMARINES NORTE   Title INSTALLATION OF FLOOR TILES, Don Emiliano Pabico Elementary School, Brgy. Lag-on, Daet, Camarines Norte   Area of Delivery Camarines Norte   Printable Version Solicitation Number: RFQ-INFRA-2024-008 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Negotiated Procurement - Small Value Procurement (Sec. 53.9) Classification: Civil Works Category: Construction Projects Approved Budget for the Contract: PHP 225,890.60 Contract Duration: 15 Day/s Client Agency: Contact Person: MERCEDES M. ALFUERTE Provincial Budget Officer/BAC Vice-Chairperson Provincial Capitol Building, F. Pimentel Avenue, Daet Camarines Norte Philippines 4600 63-54-8851474 pgcn2010@yahoo.com Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 10/10/2024 Last Updated / Time 10/10/2024 12:00 AM Closing Date / Time 17/10/2024 2:00 PM Description REQUEST FOR QUOTATION Infrastructure (Negotiated Procurement-Small Value Procurement) The Provincial Government of Camarines Norte (PGCN), through its Bids and Awards Committee (BAC), hereby invites all interested contractors, to quote their lowest price on the project stated below, subject to the Terms of Reference (TOR), in accordance with Section 53.9 and Annex H of the 2016 Revised Implementing Rules and Regulation of RA 1984. Name of Project and Location: INSTALLATION OF FLOOR TILES Don Emiliano Pabico Elementary School, Brgy. Lag-on, Daet, Camarines Norte Contract Reference Number: RFQ-INFRA-2024-008 Approved Budget for the Contract: P 225,890.60 TERMS OF REFERENCE I. The following documentary requirements shall be submitted together with the price quotation (sealed in an envelope): 1. Valid PhilGEPS Registration Certificate-Platinum (Attach Annex “A” stating that you have a current and updated file of the following Class “A” eligibility documents under Section 23.1 (a) and 24.1): a. SEC/DTI/CDA Registration Certificate b. Mayor’s Business permit c. Tax Clearance d. Philippine Contractors Accreditation Board (PCAB) license and registration e. Audited Financial Statements 2. BIR Registration Certificate 3. Income tax Return (ITR)- (for ABC’s above 500K) 4. Omnibus Sworn Statement-(for ABC’s above 50K) 5. Affidavit of Site Inspection 6. Name/credentials of proposed Key personnel (Project Manager, Project Engineer, Materials Engineer, Construction Foreman and Safety Officer) 7. List of completed similar project within the last three (3) years with attached supporting documents 8. List of Contractor’s Equipment (Hand Tools) (The contractor’s major equipment units which are owned, leased and/or under Purchase agreements must be supported by proof of ownership, certification of availability of equipment from the equipment lessor/vendor during the duration of the project, as the case may be which must meet the minimum requirements) 9. Quotations not accompanied by the documents stated shall be automatically disqualified II. Additional Requirements to be submitted within five (5) days from opening of sealed quotations: 1. Construction Schedule and S-Curve 2. PERT/CPM 3. Manpower Schedule 4. Equipment Utilization Schedule 5. Construction Method in Narrative Form 6. Construction Safety & Health Programs Approved by DOLE* *Copy of the CSHP received by DOLE may be initially submitted together with the NOA however, the DOLE approved CSHP must be immediately submitted upon approval. II. Implementation Schedule: The project should be completed within Fifteen (15) calendar days starting from receipt of Notice to Proceed (NTP). III. General Conditions: 1. All quotations must be legibly written. 2. Price offers exceeding the Approved Budget for the Contract (ABC) shall be automatically disqualified. 3. Price Quotations shall be duly supported by the bidder’s detailed computation of estimated costs for each item. 4. Total bid offers shall be inclusive of taxes such as but not limited to VAT, income tax, local tax (such as Sand & Gravel Tax, Contractor’s Tax) and other levies. 5. Price quotation will be valid for sixty (60) calendar days from date of opening of sealed quotations. 6. The price offered shall not be subject to any increase for whatever reason including in cases of devaluation/inflation during the entire duration of the contract. IV. Awards of Contract All submitted quotations will be evaluated and calculated including its eligibility requirements. The BAC shall recommend to the Head of the Procuring Entity the award of contract to the contractor/supplier with the Single or Lowest Calculated Responsive Quotation, setting forth the names of those who responded to the Request for Quotations (RFQ) with an Abstract of Quotations. V. Performance of Security 1. To guarantee the faithful performance of the successful bidder of its obligation under the contract, it shall post a Performance Security within ten (10) calendar days from the receipt of Notice of Award (NOA), which shall answer for any liability arising from the performance of the contract. 2. The performance security shall be denominated in Philippine Pesos and posted in favor of the procuring Entity in an amount not less than the percentage of the total contract price in accordance with the following schedule: Form of Performance Security Amount of Performance Security (Not less than the Percentage of the Total Contract Price) (a) Cash or Cashier’s/Manager’s check issued by a Universal or Commercial Bank. (The Cashier’s/Manager’s Check may be issued by other banks certified by the BSP as authorized to issue such financial instrument.) Ten percent (10%) (b) Bank Draft/Guarantee or irrevocable Letter of Credit issued by a Universal or Commercial Bank: Provided, however, that it shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. (The Bank Draft/Guarantee, or irrevocable Letter of Credit may be issued by other banks certified by the BSP as authorized to issue such financial instrument.) (c) Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security. Thirty percent (30%) 3. The performance security posted in favor of the Procuring Entity shall be forfeited in the event it is established that the Contractor is in default in any of its obligations under the Contract. VI. Contract Signing 1. The Provincial Government Camarines Norte shall enter into contract with the winning bidder upon posting of the required Performance Security and insurance coverage. The following documents shall form part of the contract: a. Contract Agreement; b. Terms of Reference; c. Price Quotation Form including the detailed cost computation of estimated costs; and d. Notice of Award VII. Notice to Proceed (NTP) The Provincial Government of Camarines Norte shall issue the NTP to the successful bidder upon approval of the contract by the Head of the Procuring Entity. VIII. Contract Implementation: The rules and regulations and other aspect of contract implementation shall be in accordance with Annex E of the 2016 Revised IRR of RA 984, such as, but not limited to the following: a. Variation Order-Change Order/Extra Work Order b. Additional/Extra Work Costing c. Conditions under which the Contractor is start to work under Variation Orders and receive payments d. Advance Payment e. Progress Payments f. Retention Money g. Contract Completion h. Negative Slippage i. Liquidated Damages j. Suspension of Work k. Extension of Contact Time l. Accreditation of Testing Laboratories m. Other rules and guidelines VIII. Warrant Security: 1. To guarantee that the contractor shall perform his responsibilities as prescribed in Section 62.2.3.1(a) of this IRR, it shall be required to post a warranty security in accordance with the following schedule: Form of Performance Security Amount of Performance Security (Not less than the Percentage of the Total Contract Price) (a) Cash or Letter of Credit issued by a Universal or Commercial Bank: Provided, however, that the Letter of Credit shall be confirmed or authenticated by a Universal or Commercial Bank, if issued by a foreign bank. (The Letter of Credit may be issued by other banks certified by the BSP as authorized to issue such financial instrument.) Five percent (5%) (b) Bank Guarantee confirmed by a Universal or Commercial Bank. (The Bank Draft/Guarantee may be issued by other banks certified by the BSP as authorized to issue such financial instrument.) Ten percent (10%) (c) Surely bond callable upon demand issued by GSIS or a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security. Thirty percent (30%) 2. The warranty security shall be denominated in Philippine Pesos, remain effective for one (1) year from the date of issuance of the Certificate of Final Acceptance by the PGCN. Interested contractors/suppliers may obtain further information from the Provincial Government of Camarines Norte and inspect the Terms of Reference at the address given below from 8:00 a.m. to 5:00 p.m., Monday to Friday, except Holidays. A complete set of Request for Quotation Documents may be acquired by interested contractors/suppliers on October 10, 2024 at the Provincial Capitol Building, Daet, Camarines Norte and from the website of the Philippine Government Electronic Procurement System (PhilGEPS) 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 (P500.00). The Procuring Entry shall allow the contractor/suppliers to present its proof of payment for the fees in person. All Quotations together with the required documents must be placed in a sealed envelope marked INSTALLATION OF FLOOR TILES, Don Emiliano Pabico Elementary School, Brgy. Lag-on, Daet, Camarines Norte must be duly received by the BAC Secretariat at the address below on or before October 17, 2024 at 1:30p.m. Late bids shall not be accepted. Opening of sealed quotations shall be on October 17, 2024 at 2:00p.m. onwards at the new BAC Conference Office, at the back of Agro-Sports Center, J. Lukban St., Daet, Camarines Norte. Bids will be opened in the presence of the contractors/suppliers representatives who choose to attend the activity. For further inquiries, please coordinate with the BAC Secretariat the address below: ENGR. ALMIRANTE A. ABAD Head, BAC Secretariat BAC Office, Camarines Norte Agro Sports Center J. Lukban St., Daet, Camarines Norte The Provincial Government of Camarines Norte reserves the right to reject any or all price quotations, to waive any minor defects therein, to annul the bidding process, to reject all price quotations, at any time prior to contract award, thereby incurring any liability to the affected bidder(s), and to accept only the offer that is most advantageous to the government. The PGCN assumes no responsibility whatsoever to compensate and indemnify bidders for any expenses incurred in the preparation of their price quotations. ATTY. ARCHIMEDES O. YANTO Provincial Legal Officer BAC Chairperson PRICE QUOTATION TO: ATTY. ARCHIMEDES O. YANTO Provincial Legal Officer BAC Chairperson Sir: After having fully read and accepted the Terms of Reference for the INSTALLATION OF FLOOR TILES, Don Emiliano Pabico Elementary School, Brgy. Lag-on, Daet, Camarines Norte. I hereby submit, in a sealed envelope, my price quotation, along with the required documents and detailed computation of estimated costs. Item No. Item Description/ Specifications/Scope of Work Quantity Unit Unit Cost Total Cost Name of Project: INSTALLATION OF FLOOR TILES Location: Don Emiliano Pabico Elementary School, Brgy. Lag-on, Daet, Camarines Norte Approve Budget for the Contract (ABC): P 225,890.60 I TILE WORKS 113.83 sq.m. SPLI HEALTH AND SAFETY 1.00 lot SPLII PROJECT BILLBOARD 1.00 lot T O T A L In words: If our bid is accepted, we undertake to provide the required performance security. We agree to abide by this bid for the bid validity period of one hundred twenty (120) days and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your Notice of Award (NOA) shall be binding upon us. We understand that you are not bound to accept the lowest or any bid you may receive. _____________________________________ Name of Firm/Offeror _____________________________________ Printed Name and Signature of Representative _____________________________________ Address _____________________________________ Telephone No./Cellphone No./E-mail Address _____________________________________ Date Created by MERCEDES M. ALFUERTE Date Created 09/10/2024 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.       PROVINCIAL GOVERNMENT OF CAMARINES NORTE
NAICS
Sporting Goods Business Instruments and Related Products Manufacturing for Measuring Promoters of Performing Arts Other Direct Insurance (except Life Sand Specialized Freight (except Used Goods) Trucking Regulation Financial Transactions Processing Securities Promoters of Performing Arts Automatic Environmental Control Manufacturing for Residential Construction Promoters of Performing Arts Machinery Regulation Direct Insurance (except Life Commercial Direct Life Promoters of Performing Arts Agriculture Financial Transactions Processing Sporting Goods General Freight Trucking Promoters of Performing Arts Agencies Construction Process
CPVS
Tools Earthmoving and excavating machinery, and associated parts Laboratory, optical and precision equipments (excl. glasses) Bindings System, storage and content management software package Gravel Sand Control, safety, signalling and light equipment Calendars Sections Construction, foundation and surface works for highways, roads Boards Wells construction work Office, school and office equipment cleaning services Safety cases Seals Permits Construction work Supports Construction work for buildings relating to leisure, sports, culture, lodging and restaurants System, storage and content management software development services Forms Vats Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Laboratory, hygienic or pharmaceutical glassware Granules, chippings, stone powder, pebbles, gravel, broken and crushed stone, stone mixtures, sand-gr... Posts Tiles 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 Musical instruments, sport goods, games, toys, handicraft, art materials and accessories Tiling work Gravel, sand, crushed stone and aggregates Security, fire-fighting, police and defence equipment Electronic, electromechanical and electrotechnical supplies Tool parts Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Sand Hand tools Post Boards Calendars Display cases Awards Other sports Business cases Billboards Inspection Health programs Income tax Tax returns Trade agreements Equipment cases Single room Gravel Seals High school 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
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Bridges and Tunnels 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 Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Laboratory Equipment and Services Aviation Electronics 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