|
Reference Number
|
11581361
|
|
Procuring Entity
|
PROVINCE OF DAVAO DEL NORTE
|
|
Title
|
B20246126 - Procurement of 4x4 Double Cab Dropside for PENRO Kaagapay Project Implementation (NEGO-BID)
|
|
Area of Delivery
|
Davao Del Norte
|
Printable Version
|
|
Solicitation Number:
|
2024095672
|
|
Trade Agreement:
|
Implementing Rules and Regulations
|
|
Procurement Mode:
|
Negotiated Procurement - Two Failed Biddings (Sec. 53.1)
|
|
Classification:
|
Goods
|
|
Category:
|
Vehicles
|
|
Approved Budget for the Contract:
|
PHP 1,490,550.00
|
|
Delivery Period:
|
60 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
|
1
|
|
Date Published
|
23/01/2025
|
|
Last Updated / Time
|
23/01/2025 12:00 AM
|
|
Closing Date / Time
|
30/01/2025 9:00 AM
|
|
Description
|
The Provincial Government of Davao del Norte, through its Bids and Awards Committee (BAC) invites PhilGEPS registered suppliers to submit bid proposals in
a duly sealed envelope together with the bid security for the hereunder project under negotiated procurement.
The Provincial Government of Davao del Norte now invites bids for the procurement of goods by lot:
BID NO.: B20246126
P.R. NO.: 2024095672
BID DESCRIPTION: Procurement of 4x4 Double Cab Dropside for PENRO Kaagapay Project Implementation (NEGO-BID)
ABC: 1,490,550.00
RATE: 5,000.00
DELIVERY TERM: 60 Calendar Days
The Preliminary Examination of Bids shall use non-discretionary “pass/fail” criterion. Post-qualification of the lowest calculated bid shall be
conducted.
All particulars relative to Screening of Bid Security, Performance Security, Evaluation of Bids, Post-Qualification and Award of Contract shall be governed
by the pertinent provisions of R.A. 9184 and its Implementing Rules and Regulation (IRR).
The complete schedule of the activities is listed, as follows:
Issuance of Invitation to Bid: January 23, 2025
Opening of Bids: January 30, 2025 at 9:00 A.M.
Address: Provincial General Services Office Conference Room, 2F PGSO Bldg., Government Center, Mankilam, Tagum City, Davao del Norte
The Provincial government of Davao del Norte assumes no responsibility whatsoever to compensate or indemnify bidders for any expenses incurred in the
preparation of the Bid.
ATTY. RALPH P. DELA CRUZ, LT. COL., PA (RET)
Provincial Administrator
BAC Chairperson
|
|
|
|
|
Other Information
|
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;
Technical Documents
(a) 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
(b) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided for in
Sections 23.4.1.3 and 23.4.2.4 of the 2016 revised IRR of RA No. 9184, within the relevant period as provided in the Bidding Documents; and
(c) 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
(d) Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if
applicable; and
(e) 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.
(f) Registration/Bidders fee of P 500.00 (enclose official receipt only) (Note: Must be renewed annually)
Financial Documents
(g) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC);
or
A committed Line of Credit from a Universal or Commercial Bank in lieu of its NFCC computation, it must be at least equal to ten percent (10%) of the ABC
to be bid. Provided, that if the same is issued by a foreign Universal or Commercial Bank, it shall be confirmed or authenticated by a Local Universal or
Commercial Bank.
Class “B” Documents
(l) If applicable, a duly signed joint venture agreement (JVA) 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
(m) Original of duly signed and accomplished Financial Bid Form enclosed in bid document; and
(n) 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 (8.5x13) paper size.
(o) Original of duly signed and accomplished Price Schedule(s).
--------------------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, OTHERSE 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
|
05/12/2024
|
|
|
|
|