Reference Number
|
11658039
|
Procuring Entity
|
PROVINCE OF DAVAO DEL NORTE
|
Title
|
B20250024 - Procurement of 1 Lot Contract Package: Equipment, Labor and Materials for the Completion of Covered Court with Site Development, Brgy. New Santiago, Asuncion, Davao
del Norte
|
Area of Delivery
|
Davao Del Norte
|
Printable Version
|
Solicitation Number:
|
2024126910
|
Trade Agreement:
|
Implementing Rules and Regulations
|
Procurement Mode:
|
Public Bidding
|
Classification:
|
Civil Works
|
Category:
|
Construction Projects
|
Approved Budget for the Contract:
|
PHP 8,000,000.00
|
Contract Duration:
|
225 Day/s
|
Client Agency:
|
|
|
Contact Person:
|
ATTY. RALPH P. DELA CRUZ, LT. COL., PA (RET)
Bids and Awards Committee Chairperson
Provincial Capitol
Mankilam
Tagum City
Davao Del Norte
Philippines 8100
63-999-2221967 Ext.2320
bacddn5@gmail.com
|
|
Status
|
Active
|
Associated Components
|
Order
|
Bid Supplements
|
0
|
Document Request List
|
0
|
Date Published
|
22/01/2025
|
Last Updated / Time
|
22/01/2025 12:00 AM
|
Closing Date / Time
|
13/02/2025 9:00 AM
|
Description
|
1 The Provincial Government of Davao del Norte, through the following Source of Funds;
Lot 3 B20250024 (FY: 2025) VARIOUS GOVERNMENT BUILDINGS AND FACILITIES DEVELOPMENT PROJECT - Other Structures (10704990)
intends to apply the sum of the corresponding Approved Budget for the Contract (ABC) to payments under the following contracts with PR# 2024126910. Bids
received in excess of the ABC shall be automatically rejected at bid opening.
2 The Provincial Government of Davao del Norte now invites bids for the Procurement of Infrastructure Projects, to wit:
LOT NO: 3
BID NO.: B20250024
P.R. NO.: 2024126910
BID DESCRIPTION: Procurement of 1 Lot Contract Package: Equipment, Labor and Materials for the Completion of Covered Court with Site Development, Brgy. New
Santiago, Asuncion, Davao del Norte
ABC: 8,000,000.00
RATE: ₱10,000.00
WORK DURATION: 225 Calendar Days
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 The Provincial Government of Davao del Norte and inspect the Bidding Documents at the address
given below from 8:00 am – 5:00 pm, Mondays to Fridays.
5 A complete set of Bidding Documents may be acquired by interested Bidders on January 22, 2025 to February 12, 2025 at 8:00 am to 5:00 p.m. from the given
address and website(s) specifically at: BAC Secretariat Office, 2F PGSO Bldg., Government Center, Mankilam, Tagum City, Province of Davao del Norte or at
http://www.davaodelnorte.gov.ph/index.php/bid-opportunities/bidding-invitations: and upon payment of the applicable fee for the Bidding Documents, pursuant
to the latest Guidelines issued by the GPPB, in the amount as reflected in item no. 2. The Procuring Entity shall allow the bidder to present its proof of
payment for the fees to be presented in person.
6 The Provincial Government of Davao del Norte will hold a Pre-Bid Conference on January 30, 2025 at 9:00 am at the Provincial General Services Office
Conference Room, 2F PGSO Bldg., Government Center, Mankilam, Tagum City, Davao del Norte which shall be open to all interested parties.
7 Bids must be duly received by the BAC Secretariat through manual submission on or before February 13, 2025 at 9:00 am at the Provincial General Services
Office Conference Room, 2F PGSO Bldg., Government Center, Mankilam, Tagum City, Davao del Norte. Bids will be opened in the presence of the bidders’
representatives who choose to attend. Late bids shall not be accepted.
8 All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 14.
9 Bid opening shall be on February 13, 2025 at 9:00 am. at the given address below. Bids will be opened in the presence of the bidders’ representatives
who choose to attend the activity.
10 The Provincial Government of Davao del Norte 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 IRR of RA No. 9184, without thereby incurring any liability to
the affected bidder or bidders
13 "For further information, please refer to:
ATTY. RALPH P. DELA CRUZ, LT. COL., PA (RET)
BAC Chairperson
Provincial Administrator
Government Center, Mankilam, Tagum City"
"BAC SECRETARIAT OFFICE
Province of Davao del Norte
2F PGSO Bldg., Government Center, Mankilam, Tagum City
Cellphone No. +63999-222-1967 local: 2320
Email address: bacddn5@gmail.com
Website address: www.davaodelnorte.gov.ph"
14 You may visit this website:
For downloading of Bidding Documents: http://www.davaodelnorte.gov.ph/index.php/bid-opportunities/bidding-invitations
ATTY. RALPH P. DELA CRUZ, LT. COL., PA (RET)
Provincial Administrator
BAC Chairperson
Published date: January 22, 2025
|
|
|
Pre-bid Conference
|
Date
|
Time
|
Venue
|
30/01/2025
|
9:00 AM
|
Provincial General Services Office Conference Room, 2F PGSO Bldg., Government Center, Mankilam, Tagum City, Davao del Norte
|
|
|
Other Information
|
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Class “A” Documents
Legal Documents
(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) with valid and updated Annex A pursuant to GPPB Resolution No. 15-2021, with
amended Section 8.5.2. wherein, All bidders shall upload and maintain in PhilGEPS a current and updated file of the following Class “A” eligibility
documents under Sections 23.1(a) and 24.1(a).
In lieu of the Class “A” eligibility documents mentioned under Section 8.5.2 of this IRR, the Bidder shall only submit a valid and updated PhilGEPS
Certificate of Registration and Membership in accordance with Section 8.5.2 of this IRR for purposes of determining eligibility;
or
Technical Documents
(b) 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
(c) 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
(d) Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
(e) 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
(f) 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
(g) 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.
(h) Registration/Bidders fee of P 500.00 (enclose official receipt only) (Note: Must be renewed annually)
Financial Documents
(i) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).
Class “B” Documents
(j) 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
(k) Original of duly signed and accomplished Financial Bid Form; and
(p) Bid Form PASIMS generated (This shall be given upon receipt of the Bidding Document after payment of the non-refundable fee)
Note:
1. Fill-up the Bid form PASIMS generated provided, (Handwritten or typewritten)
2. Only the original bid form shall be accepted
3. Photocopy of the Bid form shall be accepted, provided that it shall be in the original size of the bid form (8.5 x 13) paper size
Other documentary requirements under RA No. 9184
(q) Original of duly signed Bid Prices in the Bill of Quantities; and
(r) 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
(s) Cash Flow by Quarter.
--------------------PROVINCIAL ORDINANCE NO. 2007-008--------------------
PRESCRIBING THE RATE OF SALE OF THE BIDDING DOCUMENTS TO INTERESTED SUPPLIERS AS AUTHORIZED UNDER IRR-A OF REPUBLIC ACT NO. 9184, OTHERWISE KNOWN AS THE
GOVERNMENT PROCUREMENT REFORM ACT AND OTHER ISSUANCES.
BE IT ENACTED by the Sangguniang Panlalawigan of Davao del Norte in Session Assembled, that:
SECTION 1. Letter A of Section is hereby introduced as Scheduled of Fees, to wit:
Rate of Bidding Documents:
Approved Budget for the Contract - Maximum Cost of Bidding Documents
500,000.00 and below - 500.00
More than 500,000.00 up to 1 million - 1,000.00
More than 1 million up to 5 million - 5,000.00
More than 5 million up to 10 million - 10,000.00
More than 10 million up to 50 million - 25,000.00
More than 50 million up to 500 million - 50,000.00
More than 500 million - 75,000.00
|
|
|
|
Created by
|
Femie Grace B Marimon
|
Date Created
|
13/01/2025
|
|
|
|