Reference Number
|
12254156
|
Procuring Entity
|
MUNICIPALITY OF LAZI, SIQUIJOR
|
Title
|
Purchase of Farm Inputs and Other Supplies for Backyard Gardening Program, Rice Production Program and Corn Production Program
|
Area of Delivery
|
Siquijor
|
Printable Version
|
Solicitation Number:
|
2025-RFQ-016
|
Trade Agreement:
|
Implementing Rules and Regulations
|
Procurement Mode:
|
Public Bidding
|
Classification:
|
Goods
|
Category:
|
Agricultural Products (Seeds, Seedlings, Plants..)
|
Approved Budget for the Contract:
|
PHP 541,200.00
|
Delivery Period:
|
10 Day/s
|
Client Agency:
|
|
|
Contact Person:
|
Aileen Jane L. Dela Pena
Head, BAC Secretariat
Tigbawan, Lazi, Siquijor
Lazi
Siquijor
Philippines
63-918-7432121
lazi.siquijor@yahoo.com
|
|
Status
|
Active
|
Associated Components
|
Order
|
Bid Supplements
|
0
|
Document Request List
|
0
|
Date Published
|
11/08/2025
|
Last Updated / Time
|
11/08/2025 12:00 AM
|
Closing Date / Time
|
19/08/2025 1:00 PM
|
Description
|
MUNICIPAL GOVERNMENT OF LAZI Project Reference Number: ___________________
Name of the Project: Purchase of Farm Inputs and Other Supplies for Backyard Gardening Program, Rice Production Program and Corn Production Program
Standard Form Number: SF-GOOD-05 Location of Project: Lazi, Siquijor
INVITATION TO BID
The Municipality of Lazi, Siquijor through its Bids and Awards Committee (BAC), invites suppliers/manufacturers/distributors/contractors to apply for
eligibility and to bid for the hereunder project:
Name of Project: Purchase of Farm Inputs and Other Supplies for Backyard Gardening Program, Rice Production Program and Corn Production Program
Location: Lazi, Siquijor
Brief Description: Purchase of Farm Inputs and Other Supplies for Backyard Gardening Program, Rice Production Program and Corn Production Program
The Approved Budget for the Contract (ABC) is Php 541,200.00. All bids in excess of the ABC shall be automatically rejected. Bidding will be conducted
through open competitive bidding procedures using non-discretionary pass/fail criteria as specified in the Revised Implementing Rules and Regulations of
Republic Act No. 9184 (R.A. 9184), otherwise known as the Government Procurement Reform Act. Only submissions from Bidders who pass the eligibility check
will be opened.
I. General Requirements
This document presents the instructions, minimum requirements, and prescribed forms required for eligibility to bid. All the documents to be submitted for
eligibility to bid should be separated by appropriately labeled tabs. All Bidders/Proponents are required to follow the suggested format and presentation
of the documents. All documents must be in A4 size bond paper and must be placed in sealed long brown envelopes and labeled as follows:
• Envelope 1 - Eligibility Requirements and Technical Components of the bid
• Envelope 2 - Financial Component of the bid
The Bidder/Proponent must first comply with the following requirements and provide documentary proof and/or certifications to support claims made, and
place such documents in Envelope 1. The basic documents must be separated by dividers, e.g., colored paper, cardboard, etc. with tabs as assigned
below:
1. Board Resolution/Special Power of Attorney authorizing the representative/signatory to sign and submit bid proposals and other documents;
2. Certified true copy of Department of Trade and Industry (DTI) business name registration or SEC registration certificate, whichever may be appropriate
under existing laws of the Philippines;
3. Certified true copy of valid and current Mayor’s permit/municipal license;
4. Certified true copy of BIR Registration;
5. Certified true copy of PHILGEPS Registration;
6. Certified true copy of Latest Tax Clearance;
7. Statement of the prospective bidder that it is not “blacklisted” or barred from bidding by the government or any of its agencies, offices,
corporations, or LGUs, including non-inclusion in the Consolidated Blacklisting Report issued by the Government Procurement Policy Board (GPPB), once
released in accordance with the guidelines to be issued by the GPPB;
8. Audited Financial Statements for the Preceding Year;
9. Computation of Net Financial Computation Capacity (NFCC);
10. Statement of the prospective bidder of all its ongoing and completed government and private contracts during the past three years, where applicable,
including contracts awarded but not yet started, if any. The statement shall state for each contract whether said contract is: Ongoing, Completed, or
Awarded but not yet started: within the past three years, where applicable. The statement shall include, for each contract, the following:
o name of the contract;
o date of the contract;
o kinds of goods sold;
o amount of contract and value of outstanding contracts;
o date of delivery;
o end user’s acceptance, if completed; and
o specification whether prospective bidder is a manufacturer, supplier, or distributor;
11. NTC Certificate;
12. Bid Security/Bid-Securing Declaration;
13. Notarize Omnibus Sworn Statement;
II. General Evaluation Methods/Criteria
The Bids and Awards Committee (BAC) will initially evaluate the eligibility requirements submitted by each Bidder based on the completeness of submitted
documents. BAC members shall check for the completeness, organization, and accuracy of information provided. Envelopes 1 and 2 will only be opened on 19
August 2025 during the opening of bids. (See section III for the complete schedule.)
Late or incomplete submission and/or inaccurate information shall automatically disqualify the Bidder/Proponent.
Only Bidders/Proponents with complete and accurate background information shall be evaluated based on the following:
1. Legality of existence of the Bidder/Proponent, whether the Bidder/Proponent is a legitimate and duly authorized entity.
2. Financial capability, whether the Bidder/Proponent is in good financial standing and is capable of financing the requirements of the contract.
3. Service capability, whether the Bidder/Proponent has the organizational capability to deliver the services and to provide assistance/support.
4. User acceptance of services or track record based on solicited feedback from selected clients served or accredited by the Bidder/Proponent; and
5. Other criteria as may be recommended/prescribed by the BAC and the Commission on Audit.
III. Schedule for the Bidding
11 August 2025 Issuance of Bid Documents
19 August 2025 Opening of Bids
20 August 2025 Bid Evaluation
21 August 2025 Post-Qualification
26 August 2025 Notice of Award
Bid Documents will be available only to prospective bidders upon payment of a non-refundable amount of Php 1,000.00 to the LGU cashier.
The opening of bids shall follow the procedure prescribed in RA 9184 and shall take place on 19 August 2025, 1:00 p.m. at the Office of the Bids and Awards
Committee, 2nd Floor Municipal Building, Tigbawan, Lazi, Siquijor.
IV. Inquiries and Submission of Bidding Forms
All documents to be submitted should be logged in by the BAC Secretariat indicating the exact time of receipt. The Head of BAC Secretariat, Ms. Aileen Jane
L. Dela Peña, must receive all bid proposals not later than 12:50 p.m. (LGU-Lazi time) on 19 August 2025 addressed to the Bids and Awards Committee.
For further inquiries, please contact Aileen Jane L. Dela Peña at cellphone numbers +63918-743-2121 or at email address lazi.siquijor@yahoo.com
respectively.
Approved by:
JOANNES PAULUS V. JUMADLA
MPDC/BAC Chairman
Noted by:
PHIL MOORE D. LARGO
Municipal Mayor
|
|
|
Line Items
|
Item No.
|
Product/Service Name
|
Description
|
Quantity
|
UOM
|
Budget (PHP)
|
1
|
Purchase of Farm Inputs and Other Supplies
|
Purchase of Farm Inputs and Other Supplies for Backyard Gardening Program, Rice Production Program and Corn Production Program
|
1
|
Lot
|
541,200.00
|
|
|
|
|
|
Created by
|
Cristy Rose D Rufila
|
Date Created
|
25/07/2025
|
|
|
|