0% found this document useful (0 votes)
12 views12 pages

Purchase of Trash Can With Lid

The Sangguniang Barangay 5 is inviting bids for the procurement of trash cans with lids and labels, with a total budget of ₱350,000.00 and a bid opening scheduled for February 17, 2025. Interested bidders must submit their bids along with the required bid security and comply with the eligibility requirements outlined in the bidding documents. The Barangay reserves the right to reject any bids and the bidding process is governed by the relevant provisions of Republic Act No. 9184.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
12 views12 pages

Purchase of Trash Can With Lid

The Sangguniang Barangay 5 is inviting bids for the procurement of trash cans with lids and labels, with a total budget of ₱350,000.00 and a bid opening scheduled for February 17, 2025. Interested bidders must submit their bids along with the required bid security and comply with the eligibility requirements outlined in the bidding documents. The Barangay reserves the right to reject any bids and the bidding process is governed by the relevant provisions of Republic Act No. 9184.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 12

PHILIPPINE BIDDING DOCUMENTS

(As Harmonized with Development Partners)

Procurement of
GOODS
Government of the Republic of the
Philippines

Sixth Edition
July 2020
REPUBLIC OF THE PHILIPPINES
PROVINCE OF QUEZON
MUNICIPALITY OF LUCBAN
SANGGUNIANG BARANGAY 5
Invitation to Re-Bid for PURCHASE OF TRASH CAN
WITH LID AND LABELS
(Barangay 5)

1. The Sangguniang Barangay 5, through the ANNUAL BUDGET 2025 intends to


apply the sum of three hundred fifty thousand pesos only (Ᵽ350,000.00) being
the Approved Budget for the Contract (ABC) to payments under the contract
for 2025-02-01. Bids received in excess of the ABC shall be automatically
rejected at bid opening.

2. The Sangguniang Barangay 5 now invites bids for the above Procurement
Project/Goods. Estimated completion of the Works and delivery is required
March 13, 2025. Bidders should have completed a contract similar to the
Project. The description of an eligible bidder is contained in the Bidding
Documents, particularly, in Section II (Instructions to Bidders).

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 Sangguniang Barangay


5 and inspect the Bidding Documents at the address given below from 9:00 am
- 2:00 pm. Monday to Friday excluding holidays.

5. A complete set of Bidding Documents may be acquired by interested bidders


on or before February15, 2025 from given address and website/s below, and
upon payment of the applicable fee for the Bidding Documents, pursuant to
the latest Guidelines issued by the GPPB, in the amount of Five Hundred Pesos
(Ᵽ500.00). The Procuring Entity shall allow the bidder to present its proof of
payment for the fees in person.

6. The Sangguniang Barangay 5 will hold a Bid Conference1 on February 17, 2025,
10:00AM at Barangay Hall Balintawak St, Barangay 5, Lucban Quezon, which
shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat through (i) manual
submission at the office address as indicated below, on or before February 17,
2025. 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 16.

1 May be deleted in case the ABC is less than One Million Pesos (PhP1,000,000) where the Procuring Entity may not hold a
pre-bid conference.

2
9. Bid opening shall be on February 17, 2025, 10:00 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 Sangguniang Barangay 5 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
Implementing Rules and Regulations (IRR) of RA No. 9184, without thereby
incurring any liability to the affected bidder or bidders.

11. For further information, please refer to:

Hon. GINO ALEJANDRO V. DALMACION


Barangay Kagawad
Balintawak St
Barangay 5
Lucban, Quezon
(042) 540-9045
[email protected]

Section II. Instructions to Bidders

3
Notes on the Instructions to Bidders

This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the
Procuring Entity. It also provides information on bid submission, eligibility check,
opening and evaluation of bids, post-qualification, and on the award of contract.

The Eligibility Check/Screening as well as the Examination of Bids shall use


NonDiscretionary “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, Evaluation of Bids, Post-qualification and Award of Contract
shall be governed by the pertinent provisions of RA 9184 and its Implementing Rules and
Regulation (IRR).

TERMS:

1. Bidders shall be present personally or thru authorized representative with Authorization


Letter at the time of opening of bids and Authority of the Signatory in The Bill of
Quantities, if applicable;

2. Proposals shall be made in the form to be provided by the Bids and Awards Committee
for the purpose. Erasures or alterations shall be initialed by the person signing the bid.

3. Bids must be accompanied by a Bid Security amounting to the following schedule:

a. O. R. issued by the Barangay Treasurer to acknowledge receipt of


Cash/Certified
Check/Managers Check/ Cashier’s Check - 2% Ᵽ 7,000.00
b. Bank Guarantee ___________________

c. Surety Bond 5% Ᵽ 17,500.00

4. Sealed Proposal in a “ Brown Envelope” will be received only at the Office of the BAC
Secretariat, Barangay Hall Balintawak St, Barangay 5, Lucban, Quezon to be deposited
in a locked box and will be opened publicly on the same day and time;

5. Sealed Eligibility Requirements will be received only at the Office of the BAC
Secretariat, Barangay Hall on 9:00 am until 2:00 pm.;

6. Unsigned bids shall be disregarded and declared “NO BID”. Bids submitted after the
date and time of opening of bids will not be accepted;

7. The bid SHALL BE COMPLETE as specified in the Bill of Quantities;

8. Bidders shall state the period within which their offer is good and in no case shall it be
less than sixty (60) calendar days. The period within which the bidder could deliver the
commodity/services/finish the project shall likewise be stated.

Bid documents will be available only to prospective bidders upon payment of a


nonrefundable amount of Five Hundred pesos (P500.00) to the Barangay Treasurer.

4
The BAC assumes no responsibility whatsoever to compensate or indemnify bidders
for any expenses incurred in the preparation of the bid. The LGU-BAC 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.

1. Scope of Bid

The Procuring Entity, Sangguniang Barangay 5 invites Bids for the Purchase of
trash can with lid and labels, with Project Identification Number 2025-02-01.

2. Funding Information

2.1. The GOP through the source of funding as indicated below for Annual
Budget 2025 in the amount of Ᵽ350,000.00.

2.2. The source of funding is:.

a. LGUs, the Annual or Supplemental Budget, as approved by the


Sanggunian.

3. Documents Comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not
be accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised
IRR of RA No. 9184.

4. Alternative Bids

Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings
and specifications. Unless there is a value engineering clause in the BDS,
alternative Bids shall not be accepted.

5. Bid Prices

All bid prices for the given scope of work in the Project as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as
determined by the NEDA and approved by the GPPB pursuant to the revised
Guidelines for Contract Price Escalation guidelines.

5
6. Bid and Payment Currencies

14.1. Bid prices may be quoted in the local currency or tradeable currency
accepted by the BSP at the discretion of the Bidder. However, for
purposes of bid evaluation, Bids denominated in foreign currencies shall
be converted to Philippine currency based on the exchange rate as
published in the BSP reference rate bulletin on the day of the bid
opening.

14.2. Payment of the contract price shall be made in:

a. Philippine Pesos.

7. Bid Security

15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than
the percentage of the ABC in accordance with the schedule in the BDS.

15.2. The Bid and bid security shall be valid until January to December 2025 Any
bid not accompanied by an acceptable bid security shall be rejected
by the Procuring Entity as non-responsive.

8. Sealing and Marking of Bids

Each Bidder shall submit one copy of the first and second components of its
Bid.

The Procuring Entity may request additional hard copies and/or electronic
copies of the Bid. However, failure of the Bidders to comply with the said
request shall not be a ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to
the given website or any other electronic means, the Bidder shall submit an
electronic copy of its Bid, which must be digitally signed. An electronic copy
that cannot be opened or is corrupted shall be considered non-responsive
and, thus, automatically disqualified.

6
7
Republic of the Philippines
Province of Quezon
Municipality of Lucban
BARANGAY 5

BILL OF QUANTITIES

Quantity Unit Articles/Description Unit Price Amount


20L trash can with lid and
750 set labels
14L trash can with lid and
750 set labels

PURCHASE OF trash can with lid and labels


Name of Project: :

Approved Budget for the Contract: Php 350,000.00

__________________________________________
(Printed name of bidder/Authorized Representative)

_____________________________________
(Signature)

_________________________________________
(Business Name)
8
9

You might also like