Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
1
Republic of the Philippines
SULTAN KUDARAT WATER DISTRICT Tacurong City, Sultan Kudarat
INVITATION FOR NEGOTIATED PROCUREMENT FOR THE SUPPLY & DELIVERY OF FOUR (4) UNITS BRANDNEW MOTOR
VEHICLE
1. The Sultan Kudarat Water District, through the Corporate Budget Approved by the
Governing Board1 intends to apply the sum of P 2,520,000.00 being the Approved Budget
for the Contract (ABC) to payments under the contract. Bids received in excess of the ABC
shall be automatically rejected at bid opening.
2. The Sultan Kudarat Water District now invites bids/offer for the Negotiated Procurement
for the Supply and Delivery of Four (4) Units Brandnew Motor Vehicle.2 Delivery of the
Goods is required within 60 calendar days from receipt of Notice to Proceed.
3. Alternative Method of Procurement will be conducted through Section 53.1 Negotiated
Procurement -Two-failed bidding procedures using a non-discretionary “pass/fail” criterion
as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act
(RA) 9184, otherwise known as the “Government Procurement Reform Act”.
Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or
organizations with at least sixty percent (60%) interest or outstanding capital stock
belonging to citizens of the Philippines, and to citizens or organizations of a country the
laws or regulations of which grant similar rights or privileges to Filipino citizens,
pursuant to RA 5183.
4. Interested bidders may obtain further information from Sultan Kudarat Water District and
inspect the Bidding Documents at the address given below during 8:00 am - 5:00 pm.
5. A complete set of Bidding Documents may be acquired by interested Bidders on October 2-
29, 2020 from the address below.
It may also be downloaded free of charge from the website of the Philippine Government
Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity.
1 In the case of National Government Agencies, the General Appropriations Act and/or continuing appropriations; in
the case of GOCCs, GFIs, and SUCs, the Corporate Budget for the contract approved by the governing Boards; in the
case of (LGUs, the Budget for the contract approved by the respective Sanggunian. (Section 5(a), R.A. 9184)
2 A brief description of the type(s) of Goods should be provided, including quantities, location of project, and other
information necessary to enable potential bidders to decide whether or not to respond to the invitation.
2
6. Bids must be duly received by the BAC through its Secretariat at the address below on or
before October 29, 2020 @ 2:00 PM. All Bids must be accompanied by a bid security in
any of the acceptable forms and in the amount stated in Revised IRR of RA 9184.
Bid opening shall be on October 29, 2020 @ 2:00 PM at SKWD-BACROOM, 2nd Floor,
Admin Bldg., Bonifacio Street, Tacurong City. Bids will be opened in the presence of the
bidders’ representatives who choose to attend at the address below. Late bids shall not be
accepted.
7. The Sultan Kudarat Water District 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 Section 41 of RA 9184 and its IRR, without thereby incurring any liability
to the affected bidder or bidders.
8. For further information, please refer to:
Teresita J. Jainga/Jhon-Jhon L. Olipas
Procuring Entity Address:
Sultan Kudarat Water District
Bonifacio Street, Tacurong City
Tel.#: 064-200-6662
e-mail address: [email protected]
website: www.skwdaqua.gov.ph
_________________________________
RUDITO P. MUYCO, MBA
BAC CHAIRPERSON
3
Republic of the Philippines
SULTAN KUDARAT WATER DISTRICT Tacurong City, Sultan Kudarat
CHECKLIST OF ELIGIBILITY REQUIREMENTS For the NEGOTIATED PROCUREMENT
For the Supply and Delivery of FOUR (4) Units Brandnew Motor Vehicle
BID ENVELOPE – shall contain the following technical information/documents:
I. Eligibility Requirements Legal Documents: (i). Valid Certificate of PhilGEPS Registration (Platinum membership); Technical Documents:
(ii) 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;
(iii) 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 IRR of RA 9184, within the relevant period as provided in the Bidding Documents in the case of Goods;
Financial Documents:
(iv) The prospective bidder’s audited financial statements, showing, among others, the prospective bidder’s 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 than two (2) years from the date of bid submission OR Valid Certificate of PhilGEPS Registration;
(v) The prospective bidder’s computation for its Net Financial Contacting Capacity (NFCC) in accordance with ITB Clause 5.5.
II. TECHNICAL PROPOSAL
(II.1) Bid Security in the prescribed form, amount and validity period;
The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount stated in the Bid Data Sheet (BDS), which shall be not less than the percentage of the ABC in accordance with the following schedule:
Form of Bid Security Amount of Bid Security
(Equal to Percentage of the ABC)
a) Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank.
Two percent (2%)
4
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.
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.
Five percent (5%)
(II.2) Product brochure of motor vehicle to be offered; (II.3) Duly Accomplished Technical Specifications; (II.4) Duly Accomplished Schedule of Requirements; (II.5) Warranty Certificate issued by the prospective bidder; and (II.6) Omnibus Sworn Statement by the prospective bidder or its duly authorized representative in
the form prescribed by the GPPB in accordance with Section 25.3 of the Revised Implementing Rules and Regulation of RA 9184.
The Financial Component/Proposal:
1. Duly accomplished Request for Quotation. Important Instruction/s: Bid envelope shall be submitted duly SEALED and SIGNED by the authorized
representative/s. Certified by:
TERESITA J. JAINGA Head-BAC Secretariat
Approved by:
RUDITO P. MUYCO, MBA BAC- Chairperson
5
Technical Specifications
Item
Specifications
Statement of Compliance
Bidders must state here either “Comply”
or “Not Comply” against each of the
individual parameters of each
Specification stating the corresponding
performance parameter of the equipment
offered. Statements of “Comply” or “Not
Comply” must be supported by evidence
in a Bidders Bid and cross-referenced to
that evidence. Evidence shall be in the
form of manufacturer’s un-amended
sales literature, unconditional statements
of specification and compliance issued
by the manufacturer, samples,
independent test data etc., as appropriate.
A statement that is not supported by
evidence or is subsequently found to be
contradicted by the evidence presented
will render the Bid under evaluation
liable for rejection. A statement either in
the Bidders statement of compliance or
the supporting evidence that is found to
be false either during Bid evaluation,
post-qualification or the execution of the
Contract may be regarded as fraudulent
and render the Bidder or supplier liable
for prosecution subject to the provisions
of ITB Clause 3.1 (a)(ii) and/or GCC
Clause 2.1(a)(ii).
Four (4) Units
Brandnew
Motor Vehicle
Description: Brand-new four-wheeled motor
vehicle (Midsize Utility Vehicle)
ENGINE:
Engine: Type: Diesel, minimum of 2 cylinder,
minimum 8 valves, Double/Single
Overhead Camshaft DOHC/SOHC.
Displacement: minimum of 795cc
Bore and Stroke: 70-77 x 80-85.1mm
Compression Ratio: 14 – 15.1
Transmission: 5 speed Manual Transmission/T
Type
Maximum Output: Manufacturer’s Standard
Maximum Torque: 70-75Nm/1800-2000rpm
Emission Standard: Euro 4 Compliant
CHASSIS:
Seating Capacity: At least 12 persons
Steering System: Manufacturer’s Standard
6
Four (4) Units
Brandnew
Motor Vehicle
Suspension Front: Manufacturer’s Standard
Suspension Rear: Manufacturer’s Standard
Brakes-Front: Manufacturer’s Standard
Brakes-Rear: Manufacturer’s Standard
Tires: minimum 155R13/LT8PR
Fuel Tank Capacity: minimum 30 Liters
Color of Unit: Manufacturer’s Available Colors.
The four (4) units’ vehicles are the same in color.
ACCESSORIES & SAFETY FEATURES:
Seat Belt: Manufacturer’s Standard
Audio System: With Audio System
Windows: Slide Open/Close Glass
Other Accessories per unit: Tint, Floor Matting,
Warranty Booklet, Manual, Early Warning
Device, One (1) Spare Brandnew Tire.
INCLUSIONS/FREEBIES per unit: Free
Labor Charge on Preventive Maintenance
Schedule for 1,000km mileage, 5,000km
Mileage & 10,000km mileage OR based on
Manufacturer’s Standard, Fuel (10 Liters),
Three (3) Years LTO Registration (Red
Plate) (under the Name of the Sultan Kudarat
Water District)
WARRANTY: SCOPE OF COVERAGE:
a. Manufacturer’s Standard
WARRANTY DURATION: Three (3) years or
100,000 kms., whichever comes first
I hereby certify to comply all the above stated technical specifications.
______________________ _______________________________ _______
Name of Business/Bidder Signature of Authorized Representative Date
Note: This document shall form part of bid proposal.
7
Schedule of Requirements
The delivery & installation 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
Supply and Delivery of Four (4) Units
Brandnew Motor Vehicle 1 lot
(4 units)
1 lot
(4 units)
Within 60
calendar days
from receipt of
Notice to
Proceed
I hereby certify to comply and deliver all the above requirements.
_________________________ _________________________ ___________
Name of Company/Bidder/s Signature over Printed Name Date
Note: This document Schedule of Requirements shall form part of bid proposal.
8
REQUEST FOR QUOTATION
SULTAN KUDARAT WATER DISTRICT Corner Quirino Avenue and Bonifacio Street City of Tacurong (tel./fax 064-200-6662)
SUPPLIER: ________________________________________ ADRRESS: ________________________________________ TEL/FAX Number: ___________________________________________
TIN: _______________________________VAT NON-VAT
Sir/Madam:
Please quote your prices for the article described below including applicable Philippine taxes. In your offer please specify brand or any pertinent data of your product or services for proper information and guidance. Please do not quote for any article/services that are not found in your stock in order to prevent delay or non-delivery which may debar you from further participation in the canvass. Sign legibly the canvass on space provided for your signature after submitting your quotation, otherwise your bid will be considered invalid.
The Bidder shall fill in prices for all items provided herein. Bids not addressing or providing all of the required
items shall be considered non-responsive and, thus, automatically disqualified but specifying a zero (0) for the said
item would mean that it is being offered for free to the government.
The contract will be awarded only to the bonafide dealers whose proposals appeared to be the most advantageous to the government, but the right is reserved to reject or to accept only all item and bids to were any formalities thereof as to Committee on Bids and Awards may determine.
Please submit your bid/offer/quotation in SEALED ENVELOPE for the following item/s on or before October 29, 2020 at 2:00 pm. at SKWD-Bids and Awards Committee, BACroom, 2nd Floor, Admin Building, Bonifacio Street, Tacurong City.
Supply and Delivery of Four (4) Units Brandnew Motor Vehicle-Page 1 of 2
NO QTY UNITS DESCRIPTION UNIT PRICE AMOUNT
1 4 units
Brandnew Motor Vehicle
Description: Brand-new four-wheeled motor vehicle
(Midsize Utility Vehicle)
TOTAL
Price quoted must be tax inclusive:
Subject to 3% VAT & 1% (goods) withholding tax of the total
amount for NON-VAT
Subject to 5% VAT & 1% (goods) withholding tax to the
10/11.2 of the total amount for VAT
Validity of quoted price: 120 calendar days
Place of Delivery: Sultan Kudarat Water District – Bonifacio
Street, Tacurong City
PR NUMBER: 20-0003
9
Warranty Period: One (1) Year from Final Acceptance
Full payment of the Contract Price within 30 calendar days
from Final Acceptance.
Five percent (5%) of the amount shall be retained by the
Procuring Entity to cover the Supplier’s warranty obligations.
Delivery term: within 60 calendar days
Very truly yours, PRICE QUOTED BY:
RUDITO P. MUYCO, MBA
BAC Chairperson
Signature Over Printed Name
Date: ________________________
Important Instruction/s: The Bidder shall fill in prices for all items provided herein. Bids not
addressing or providing all of the required items shall be considered non-
responsive and, thus, automatically disqualified but specifying a zero (0)
for the said item would mean that it is being offered for free to the
government.
Supply and Delivery of Four (4) Units Brandnew Motor Vehicle-Page 2 of 2
______________________
10
SAMPLE FORMS
11
TECHNICAL DOCUMENTS (Sample Form)
The BAC Chairman Sultan Kudarat Water District Tacurong City
A. 1 STATEMENT OF ALL ON-GOING GOVERNMENT & PRIVATE CONTRACTS/PROJECT.
THE NAME OF THE CONTRACT
DATE OF THE CONTRACT
KINDS OF GOODS
SOLD
AMOUNT OF CONTRACT &
VALUE OF OUTSTANDING
CONTRACTS
DATE OF DELIVERY
SPECIFICATION WHETHER PROSPECTIVE BIDDER IS A
MANUFACTURER, SUPPLIER OR DISTRIBUTOR
Government:
Private:
Business/Bidder’s Name: ___________________________________
Business Address : ___________________________________
Submitted by : ________________________________________
(Printed Name of the Authorized Representative & Signature) Designation : _______________________________________
Date : _______________________________________
Instruction: a) Please attach Contract Agreement or Purchase Order; and b) This document shall be submitted by all bidders as form part of the technical requirements in the first
envelope.
12
STATEMENT OF THE BIDDER’S SINGLE LARGEST COMPLETED CONTRACT (SLCC) SIMILAR TO THE CONTRACT TO BE BID
The BAC Chairman Sultan Kudarat Water District Tacurong City A.2 STATEMENT OF THE BIDDER’S SINGLE LARGEST COMPLETED CONTRACT (SLCC) SIMILAR TO THE CONTRACT TO BE BID
THE NAME OF THE
CONTRACT
DATE OF THE CONTRACT
KINDS OF GOODS
SOLD
AMOUNT OF CONTRACT
DATE OF DELIVERY
END-USER’S ACCEPTANCE OR
OFFICIAL RECEIPT(S)
SPECIFICATION WHETHER PROSPECTIVE BIDDER IS A
MANUFACTURER, SUPPLIER OR DISTRIBUTOR
Government/Private
Business/Bidder’s Name: ___________________________________
Business Address : ___________________________________
Submitted by : ________________________________________
(Printed Name of the Authorized Representative & Signature)
Designation : _______________________________________
Date : _______________________________________
Instructions:
a) The prospective bidder must have a single contract similar to the contract to be bid whose value must be at least 50%
of the ABC for the last five (5) years from the date of bid submission;
b) The prospective bidder must attach Owner’s/End-user’s Acceptance or Official Receipt(s) for each completed project;
and
c) This document shall be submitted by all bidders as form part of the technical requirements in the first envelope.
13
Omnibus Sworn Statement
REPUBLIC OF THE PHILIPPINES )
CITY/MUNICIPALITY OF ______ ) S.S.
A F F I D A V 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 or authorized representative 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, or authorized representative of
[Name of Bidder], I have full power and authority to do, execute and perform any and all
acts necessary to participate, submit the bid, and to sign and execute the ensuing contract
for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached
duly notarized Special Power of Attorney;
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 to participate, submit the
bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name
of the Procuring Entity], as shown in the attached [state title of attached document showing
proof of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership
Resolution, or Special Power of Attorney, whichever is applicable;)];
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;
14
6. Select one, delete the rest:
If a sole proprietorship: The owner or sole proprietor is 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
15
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me
through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M.
No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card
used], with his/her photograph and signature appearing thereon, with no. ________ and his/her
Community Tax Certificate No. _______ issued on ____ at ______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission _______________
Notary Public for _______ until __________
Roll of Attorneys No. __________________
PTR No. ______ [date issued], [place issued]
IBP No. ______ [date issued], [place issued]
Doc. No. _____
Page No. _____
Book No. _____
Series of _____
* This form will not apply for WB funded projects.
16
BID SECURING DECLARATION FORM
REPUBLIC OF THE PHILIPPINES)
CITY OF _______________________) S.S.
x------------------------------------------------------x
BID SECURING DECLARATION
Invitation to Bid: [Insert Reference number]
To: [Insert name and address of the Procuring Entity]
I/We3, the undersigned, declare that:
1. I/We 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/We accept that: (a) I/we 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/we will pay the applicable fine provided under Section
6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days
from receipt of the written demand by the procuring entity for the commission of
acts resulting to the enforcement of the bid securing declaration under Sections
23.1(b), 34.2, 40.1 and 69.1, except 69.1(f), of the IRR of RA 9184; without
prejudice to other legal action the government may undertake.
3. I/We 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/we are declared ineligible or post-disqualified upon receipt of your
notice to such effect, and (i) I/we failed to timely file a request for
reconsideration or (ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared the bidder with the Lowest Calculated Responsive Bid,
and I/we have furnished the performance security and signed the Contract.
3 Select one and delete the other. Adopt the same instruction for similar terms throughout the document.
17
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
[Insert NAME OF BIDDER’S AUTHORIZED
REPRESENTATIVE]
[Insert Signatory’s Legal Capacity]
Affiant
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place of
execution], Philippines. Affiant/s is/are personally known to me and was/were identified by me
through competent evidence of identity as defined in the 2004 Rules on Notarial Practice (A.M.
No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government identification card
used], with his/her photograph and signature appearing thereon, with no. ________ and his/her
Community Tax Certificate No. _______ issued on ____ at ______.
Witness my hand and seal this ___ day of [month] [year].
NAME OF NOTARY PUBLIC
Serial No. of Commission _______________
Notary Public for _______ until __________
Roll of Attorneys No. __________________
PTR No. ______ [date issued], [place issued]
IBP No. ______ [date issued], [place issued]
Doc. No. _____
Page No. _____
Book No. _____
Series of _____
18
COMPUTATION OF NET FINANCIAL CONTRACTING CAPACITY (NFCC)
A. Summary of the Firm’s/Contractor’s assets and liabilities on the basis of the attached copy of
audited financial statement, stamped “RECEIVED” by the Bureau of Internal Revenue or
BIR authorized collecting agent, for the immediately preceding year and a certified copy
of Schedule of Fixed Assets particularly the list of construction equipment.
Year 20__
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Total Net Worth (1-3)
6. Current Net Worth or Net
Working Capital (2-4)
B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed as
follows:
NFCC = K (current asset – current liabilities) minus value of all outstanding contracts including
those awarded contracts but not yet started
NFCC = P _______________________________________
K = 15
Submitted by:
________________________
Name of Bidder/Supplier
_____________________________________________________________________
Signature of Authorized Representative
Date: _____________________________
NOTE:
1. If Partnership or Joint Venture, each Partner or Member Firm of Joint Venture shall submit the
above requirements.