local government unit of irosin good 25a-2016 supply...
TRANSCRIPT
Local Government Unit of Irosin GOOD 25A-2016
Supply & Delivery of Hardware/Materials for the
Improvement of Vice-Mayor’s Office Irosin, Sorsogon
Standard Form Number: SF-GOOD-05 Revised on: July 28, 2004
INVITATION TO BID
The Local Government Unit of Irosin, through its Bids & Awards Committee(BAC), invites
suppliers/manufacturers/distributors/contractors to apply for eligibility and to bid for the
hereunder project:
Name of Project : SUPPLY & DELIVERY OF HARDWARE/MATERIALS FOR THE IMPROVEMENT OF VICE-MAYOR’S OFFICE
Brief Description : 6 bags cement/10 bags washed sand/4 bags graded gravel/15 pcs 4”thk.
concrete hollow block/8 pcs 0.60mx0.60m floor tile/1 kl Ga#16 tie wire/5 kls assorted CW nail/1 kl 3”concrete nail/5 pcs hacksaw blade/6 pcs 1”x2”x10’good lumber/1 set sliding door with ¼”thk. fixed glass & aluminum frame/1 set 8.25’x11’fixed glass panel with aluminum frame & ¼”thk. glass/2 sets 3.80’x3.80’ sliding window with ¼”thk. glass/1 set 3.80’x8’sliding window with ¼”thk. glass/1 set 1.90’x1.90’sliding window with ¼”thk. glass/1 set aluminum stand/5 pcs glass sticker/1 pc stainless sink/1 pc 3”diam. PVC pipe(S-600)/1 pc 3”diam. PVC tee(3x2)/3 pcs 2”PVC elbow/1 pc 2”PVC tee/1 pc 2”clean-out/1 pc 2”P-trap/3 pcs ½”x3”nipple/2 pcs ½”diam. PVC coupling/1 pc ½”diam. PVC tee/2 pcs ½”diam. PVC pipe(blue)/5 pcs ½”diam. PVC elbow/3 pcs ½”diam. PVC faucet/1 pc ½”plug/3 pcs PVC clamp/2 pcs floor drain/1 can PVC solvent/2 pcs Teflon tape/70 mtrs #2.0 THHN wire/15 mtrs #10PDX wire/15 mtrs #12 PDX wire/12 mtrs #14 PDX wire/25 mtrs flat cord/4 pcs amco box/10 pcs utility box/8 pcs 3-gang outlet/2 pcs 2-gang outlet/3 pcs 1-gang plate/2 pcs one-way switch/5 pcs outlet/2 pcs switch/3 pcs 4x4 receptacle/4 sets 40W fluorescent lighting fixture/3 sets 20W fluorescent lighting fixture/3 pcs 7 watts LED lamp/1 pc 30 Amp circuit breaker/15 mtrs ½”diam. flexible hose/16 pcs ½”PVC clamp/40 pcs concrete staple/1 box #1 staple wire/1 pc ¾”plastic moulding/2 pcs male plug/4 rolls electrical tape(big)/1 ltr neutralizer/2 pails gloss latex/2 gal QDE white/5 gals flat latex/2 ltrs QDE white/2 ltr flat latex/2 ltrs raw sienna latex/2 lts QDE choco brown/3 cans ¼ ltr. tinting colors/3 kls patching compound/2 btls lacquer thinner/4 btls paint thinner/5 pcs paint brush/4 sets paint roller with pan/4 pcs #120 sand paper/3 pcs #80 sand paper/7 pcs masking tape/2 pcs paint tape/1 btl muriatic acid/1 ltr vulcaseal/1 ltr stikwel/1 pc hammer/7 pcs handle/7 pcs catches/1 pc door knob/3 pcs padlock/3 pcs 4”safety hasp/6 pairs 2”hinges/1 pc 1/8”drill bit
Approved Budget for the Contract : P 168,000.00 Contract Duration : 30 calendar days Delivery Period : 7 calendar days after the issuance of Notice to Proceed Source of Fund : General Fund(Repair and Maintenance) Prospective bidders should have experience in undertaking a similar project within the last
two years with an amount of at least 50% of the proposed project for bidding. The Eligibility
Check/Screening as well as the Preliminary Examination of Bids shall use non-discretionary
“pass/fail” criteria. Post-qualification of the lowest calculated bid shall be conducted.
All particulars relative to Eligibility Statement and Screening, Bid Security, Performance
Security, Pre-Bidding Conference(s), Evaluation of Bids, Post-qualification and Award of
Contracts shall be governed by the pertinent provisions of R.A. 9184 and its Implementing
Rules and Regulations(IRR). Prospective bidders must be registered with the PHILGEPS at
www.philgeps.net.
The complete schedule of activities is listed, as follows:
Activities Schedule
1. Period of Availability of Bid Documents
September 27-October 3, 2016, 9:00 AM-
5:00PM
October 4, 2016, 8:00 AM-1:59 PM
2. Opening of Bids October 4, 2016, 2:00 PM
3. Bid Evaluation October 4, 2016-after the bidding
4. Post-qualification October 6-7, 2016, 9:00AM-5:00PM
5. Notice of Award October 13, 2016,10:00AM
A complete set of Bidding Documents maybe purchased by interested bidders upon
payment of non-refundable fee for the Bidding Documents in the amount of Five Hundred
Pesos (P 500.00) to the Municipal Treasurer of the Local Government Unit of Irosin. It may
also be downloaded from the PHILGEPS website provided that the bidder shall pay the
nonrefundable fee for the bidding documents not later than the submission of their bids.
The Local Government Unit of Irosin assumes no responsibility whatsoever to compensate
or indemnify bidders for any expenses incurred in the preparation of bids.
The Local Government Unit of Irosin 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.
Approved by:
NOEL D. MERCADO II BAC Chairman The BAC Secretariat shall prepare the draft IAEB for approval by the BAC At the pre-procurement conference.
Local Government Unit of Irosin
Standard Form Number: SF-GOOD-06 Revised on: May 24, 2004
A. The Eligibility & Technical Envelope shall contain the following:
CLASS “A” DOCUMENTS
Legal Documents
Registration Certificate from SEC, Department of trade & Industry(DTI) for sole
proprietorship or CDA for cooperatives
Mayor’s permit issued by the city or municipality where the principal place of business of the
prospective bidder is located
Tax clearance per Executive Order No. 398 series of 2005 showing the current assets and
current liabilities of the taxpayer
Technical documents
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
Statement ALL government & private contracts which are similar in nature. The statement
shall include:
(a) Name of the contract
(b) Date of the contract
(c) Kinds of goods
(d) Amount of contract and value of outstanding contracts
(e) Date of delivery
(f) End-user’s acceptance of official receipts issued for the contract
Statement of single largest completed contract similar to the contract to be bid.
Financial statements
Audited Financial Statements, showing among others, the 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 tan two(2) years from the date of
bid submission
Computation of Net Financial Contracting Capacity(NFCC)
CLASS “B” DOCUMENTS
Valid Joint Venture Agreement(JVA), if applicable
B. Technical Requirements consist of the following::
Bid Security in the form of:
o Cash issued by a commercial or universal bank – 2%
o Bank draft/guarantee issued by a commercial or universal bank – 2%
o Bid Securing Declaration
Technical Specification
Production/Delivery Schedule
Manpower Requirements
After-sales Service/Parts, if applicable
Omnibus Sworn Statement
Local Government Unit of Irosin
Standard Form Number: SF-GOOD-26 Revised on: May 24, 2004
Checklist of Financial Envelope Requirements for Bidders
The Financial component shall contain the following:
Bid Form
Duly Signed Bid Prices in the Bill of quantities
Recurring and Maintenance Costs, if applicable
Bid Data Sheet
ITB Clause
1.1 The Procuring Entity is Local Government Unit of Irosin.
1.2 The lot(s) and reference is/are:
Supply & Delivery of Hardware/Materials for the Improvement of Vice-Mayor’s Office
2 The Funding Source is:
The Government of the Philippines (GOP) through General Fund(Repair &
Maintenance) in the amount of One Hundred Sixty Eight Thousand Pesos(
P168,000.00)
The name of the Project is Supply & Delivery of Hardware/Materials for the Improvement of Vice-Mayor’s Office
3.1 No further instructions.
5.1 No further instructions.
5.2 None of the circumstances mentioned in the ITB Clause exists in this Project.
Foreign bidders, except those falling under ITB Clause 5.2(b), may not participate
in this Project.
5.4 For the procurement of Expendable Supplies and Services: The Bidder must
have completed, within the period specified in the Invitation to Bid and ITB
Clause 12.1(a)(iii), a single contract that is similar to this Project, equivalent
to at least twenty five percent (25%) of the ABC.
For the procurement of Non-expendable Supplies and Services: The Bidder
must have completed, within the period specified in the Invitation to Bid and
ITB Clause 12.1(a)(iii), a single contract that is similar to this Project,
equivalent to at least fifty percent (50%) of the ABC.
For this purpose, similar contracts shall refer to Supply & Delivery of Hardware/Materials for the Improvement of Offices
7 No further instructions.
8.1 Subcontracting is not allowed.
8.2 Not applicable.
9.1 The Procuring Entity will hold a pre-bid conference for this Project.
None. During the submission of Letter of Intent(LOI) and buying of tender documents authorized representatives must bring a valid ID and a Special Power of Attorney specific for this project.
10.1 The Procuring Entity’s address is:
Hon. ALFREDO J. CIELO, JR. Municipal Mayor Telefax: (056) 557-3043
12.1(a) No further instructions.
12.1(a)(i) No other acceptable proof of registration is recognized.
12.1(a)(iii) The statement of all ongoing and completed government and private contracts
shall include all such contracts within the last two(2) years prior to the deadline
for the submission and receipt of bids.
13.1 No additional requirements.
13.1(b) No further instructions.
13.2 The ABC is One Hundred Sixty Eight Thousand Pesos(P168,000.00)
Any bid with a financial component exceeding this amount shall not be accepted.
15.4(a)(iii) No incidental services are required.
15.4(b) Not applicable
The price of the Goods shall be quoted DDP Municipal Compound, San Julian,
Irosin, Sorsogon, or the applicable INCOTERMS for this Project.
No incidental services are required.
16.1(b) The Bid prices for Goods supplied from outside of the Philippines shall be quoted
in Philippine Pesos.
16.3 Not applicable.
17.1 Bids will be valid until One Hundred Twenty(120) days after the bid opening.
18.1 The bid security shall be in the following amount:
1. 2% of ABC, if bid security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit; 2. Bid Securing Declaration
18.2 The bid security shall be valid until One Hundred Twenty(120) days after the bid
opening.
20.3 Each Bidder shall submit one(1) original and two(2) copies of the first and second
components of its bid.
21 The address for submission of bids is Office of the Mayor, Municipal Compound,
Irosin, Sorsogon.
The deadline for submission of bids is October 4, 2016, 1:59 PM.
24.1 The place of bid opening is Conference Room, Office of the Mayor, Municipal
Compound, San Julian, Irosin, Sorsogon.
The date and time of bid opening is October 4, 2016, 2:00 PM
24.2 No further instructions.
27.1 No further instructions.
28.3 Grouping and Evaluation of Lots –
Lots should be formed of similar items that are likely to attract the maximum
competition. A lot is the quantity and number of items that will be included in a
single contract. For example:
Option 1 – Each item to be evaluated and compared with other Bids separately
and recommended for contract award separately.
Option 2 - All items to be grouped together to form one complete Lot that will be
awarded to one Bidder to form one complete contract.
Option 3 - Similar items, to be grouped together to form several lots that shall be
evaluated and awarded as separate contracts.
The goods are grouped in a single lot and the lot shall not be divided into sub-lots
for the purpose of bidding, evaluation, and contract award.
28.3(b) Bid modification is not allowed.
28.4 No further instructions.
29.29a) No further instructions.
29.2(b) Bidders have option to submit manually filed tax returns or tax returns filed
through the Electronic Filing and Payments System (EFPS).
NOTE: The latest income and business tax returns are those within the last six
months preceding the date of bid submission.
29.2(d) DTI Registration, BIR Registration
32.4(g) Contract documents from previous transactions relevant to the Project .
Bill of Quantities
Item No.
Item Quantity Unit
1 cement 6 bags 2 washed sand 10 bags
3 graded gravel 4 bags
4 4”thk. concrete hollow block 15 pcs 5 0.60mx0.60m floor tile 8 pcs
6 Ga#16 tie wire 1 kl
7 assorted CW nail 5 kls 8 3”concrete nail 1 kl
9 hacksaw blade 5 pcs 10 1”x2”x10’good lumber 6 pcs
11 sliding door with ¼”thk. fixed glass & aluminum frame 1 set 12 8.25’x11’fixed glass panel with aluminum frame & ¼”thk.
glass 1 set
13 3.80’x3.80’ sliding window with ¼”thk. glass 2 sets
14 3.80’x8’sliding window with ¼”thk. glass 1 set 15 1.90’x1.90’sliding window with ¼”thk. glass 1 set
16 aluminum stand/5 pcs glass sticker 1 set
17 Glass sticker 5 pcs 18 stainless sink 1 pc
19 3”diam. PVC pipe(S-600) 1 pc 20 3”diam. PVC tee(3x2) 1 pc
21 2”PVC elbow 3 Pcs
22 2”PVC tee 1 Pc 23 2”clean-out 1 Pc
24 2”P-trap 1 Pc 25 ½”x3”nipple 3 Pcs
26 ½”diam. PVC coupling 2 Pcs
27 ½”diam. PVC tee 1 Pc 28 ½”diam. PVC pipe(blue) 2 pcs
29 ½”diam. PVC elbow 5 Pcs 30 ½”diam. PVC faucet 3 Pcs
31 ½”plug 1 Pc 32 PVC clamp 3 Pcs
33 floor drain 2 Pcs
34 PVC solvent 1 Can 35 Teflon tape 2 Pcs
36 #2.0 THHN wire 70 mtrs
37 #10PDX wire 15 mtrs 38 #12 PDX wire 15 mtrs
39 #14 PDX wire 12 mtrs 40 flat cord 25 mtrs
41 amco box 4 pcs
42 utility box 10 pcs
43 3-gang outlet 8 pcs
44 2-gang outlet 2 pcs 45 1-gang plate 3 pcs
46 one-way switch 2 pcs 47 outlet 5 pcs
48 switch 2 pcs
49 4x4 receptacle 3 pcs 50 40W fluorescent lighting fixture 4 sets
51 20W fluorescent lighting fixture 3 sets 52 7 watts LED lamp 3 pcs
53 30 Amp circuit breaker 1 pc 54 ½”diam. flexible hose 15 mtrs
55 ½”PVC clamp 16 pcs
56 concrete staple 40 pcs 57 #1 staple wire 1 box
58 ¾”plastic moulding 1 pc 59 male plug 2 pcs
60 electrical tape(big) 4 rolls
61 neutralizer 1 ltr 62 gloss latex 2 pails
63 QDE white 2 gal 64 flat latex 5 gals
65 QDE white 2 ltrs
66 flat latex 2 ltr 67 raw sienna latex 2 ltrs
68 QDE choco brown 2 ltrs 69 ¼ ltr. tinting colors 3 cans
70 patching compound 3 kls 71 lacquer thinner 2 btls
72 paint thinner 4 btls
73 paint brush 5 pcs 74 paint roller with pan 4 sets
75 #120 sand paper 4 pcs 76 #80 sand paper 3 pcs
77 masking tape 7 pcs
78 paint tape 2 pcs 79 muriatic acid 1 btl
80 vulcaseal 1 ltr 81 stikwel 1 ltr
82 hammer 1 pc 83 handle 7 pcs
84 catches 7 pcs
85 door knob 1 pc 86 padlock 3 pcs
87 4”safety hasp 3 pcs 88 2”hinges
6 pairs
89 1 pc 1/8”drill bit
1 pc
Bidding Forms
TABLE OF CONTENTS
Bid Form
Omnibus Sworn Statement
12
Bid Form
Date: _________________________
IAEB1 No: ______________________
To: [name and address of PROCURING ENTITY]
Address: [insert address]
We, the undersigned, declare that:
(a) We have examined and have no reservation to the Bidding Documents, including Addenda, for the Contract [insert name of contract];
(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data Sheet, General and Special Conditions of Contract accompanying this Bid;
The total price of our Bid, excluding any discounts offered in item (d) below is: [insert
information];
The discounts offered and the methodology for their application are: [insert information];
(c) Our Bid shall be valid for a period of [insert number] days from the date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of [insert percentage amount] percent of the Contract Price for the due performance of the Contract;
(e) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from the following eligible countries: [insert information];
(f) We are not participating, as Bidders, in more than one Bid in this bidding process, other than alternative offers in accordance with the Bidding Documents;
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers for any part of the Contract, has not been declared ineligible by the Funding Source;
(h) We understand that this Bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal Contract is prepared and executed; and
(i) We understand that you are not bound to accept the Lowest Evaluated Bid or any other Bid that you may receive.
1 If ADB, JICA and WB funded projects, use IFB.
13
Name:
In the capacity of:
Signed:
Duly authorized to sign the Bid for and on behalf of:
Date: ___________
14
Omnibus Sworn Statement
REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF ______ ) S.S.
AFF IDAV I T
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:
1. Select one, delete the other: If a sole proprietorship: I am the sole proprietor of [Name of Bidder] with office address at [address of Bidder]; If a partnership, corporation, cooperative, or joint venture: I am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder];
2. Select one, delete the other: If a sole proprietorship: As the owner and sole proprietor of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding for [Name of the Project] of the [Name of the Procuring Entity]; If a partnership, corporation, cooperative, or joint venture: I am granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the [Name of Bidder] in the bidding as shown in the attached [state title of attached document showing proof of authorization (e.g., duly notarized Secretary’s Certificate issued by the corporation or the members of the joint venture)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign government/foreign or international financing institution whose blacklisting rules have been recognized by the Government Procurement Policy Board;
4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original, complete, and all statements and information provided therein are true and correct;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted;
6. Select one, delete the rest:
15
If a sole proprietorship: I am not related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a partnership or cooperative: None of the officers and members of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree; If a corporation or joint venture: None of the officers, directors, and controlling stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities as a Bidder: a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the implementation of the
Contract;
c) Made an estimate of the facilities available and needed for the contract to be bid, if any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the Project].
9. [Name of Bidder] did not give or pay, directly or indirectly, any commission, amount, fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at ____________, Philippines. _____________________________________ Bidder’s Representative/Authorized Signatory * This form will not apply for WB funded projects.
REPUBLIC OF THE PHILIPPPINES ) CITY OF SORSOGON ) S.S. X ---------------------------------------------------x
16
BID SECURING DECLARATION
I, the undersigned, declare that:
1. I understand that, according to your conditions, bids must be supported by a Bid Security, which
may be in the form of a Bid-Securing Declaration.
2. I accept that: (a) I will be automatically disqualified from bidding for any contract with any
procuring entity for a period of two(2) years upon receipt of your Blacklisting Order; and, (b) I
will pay the applicable fine provided under Section 6 of the Guidelines on the Use of Bid
Securing Declaration, if I have committed any of the following actions:
(i) Withdrawn my Bid during the period of bid validity required in the Bidding
Documents; or
(ii) Fail or refuse to accept the award and enter into contract or perform any and all
acts necessary to the execution of the Contract, in accordance with the Bidding
Documents after having been notified of your acceptance of our Bid during the
period of bid validity.
3. I understand that this Bid-Securing Declaration shall cease to be valid on the following
circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
(b) I am declared ineligible or post disqualified upon receipt of your notice to such effect, and (i)
I filed a waiver to avail of said right;
(c) I am declared as the Bidder with the Lowest Calculated and Responsive Bid/Highest Rated
and Responsive Bid, and I have furnished the performance security and signed the Contract.
IN WITNESS WHEREOF, I have hereunto set my hand this _____ day of ________, 2016 at
__________________.
Proprietor, Affiant SUBSCRIBED AND SWORN to before me this ____ day of _________________, 2016 at ______________________________, Affiant is personally known to me and was identified by me through competent evidence of identity as defined in the 2004 Rues on Notarial Practice(A.M. No. 02-8-13-C. Affiant exhibited to me his ______________________ with his photograph and signature appearing thereon, with no. ______ and his Community Tax Certificate No. ______ issued on _____________________________ at _________________________________________.
17
WITNESS MY HAND AND SEAL this ______________________________. NOTARY PUBLIC Doc. No. __________ Page No. __________ Book No. __________ Series of 2016.
TECHNICAL SPECIFICATIONS
Item Statement of Compliance (Comply/Not Comply)
18
Submitted by:
Schedule of Requirements
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which is the date
of delivery to the project site.
Item
Number
Description Quantity Total Delivered,
Weeks/Months
19
Submitted by:
Owner/Manager
20