Philippines - Procurement of Light Cargo Truck
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 20 November 2018
- Opportunity publication date
- 16 November 2018
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Solicitation Number:
NP No. 2018-040
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 2,859,850.00
Delivery Period:
45 Day/s
Client Agency:
Contact Person:
Jan Carlo Bucayan Palugod Supply Officer I San Lazaro Compound, Rizal Avenue, Sta. Cruz, Manila Metro Manila Philippines 1014 63-2-7419775 63--7116061 ceepalugod00@gmail.com
Status
Active
Associated Components
Order
Bid Supplements
0
Document Request List
0
Date Published
16/11/2018
Last Updated / Time
16/11/2018 12:00 AM
Closing Date / Time
20/11/2018 9:00 AM
REQUEST FOR BEST AND FINAL OFFER This is in reference to the Department of Health’s Negotiated Procurement (Two Failed Biddings) for the Procurement of Light Cargo Truck under NP No. 2018-040 The Central Office Bids and Awards Committee (COBAC)–C is requesting for the submission of Best and Final Offer for the lotsitem listed below with a Total Approved Budget for the Contract of Two Million Eight Hundred Fifty Nine Thousand Eight Hundred Fifty Philippine Pesos (PhP2,859,850.00): Item No. Particular Qty Unit Total ABC (PhP) 1 Light Cargo Truck 1 Unit 2,859,850.00 Attached are the Schedule of Requirements and Technical Specifications forms indicating the actual requirements for this engagement. The following shall be submitted in sealed envelopes one (1) original and two (2) duplicate copies, marked as Original, Copy 1 and Copy 2 at the COBAC Conference Room, Bldg. 6, Ground Floor, Department of Health San Lazaro Compound, Sta. Cruz, Manila on or before 20 November 2018 at 9:00 AM, addressed to the undersigned: Note: All submitted documents (original and the two (2) copies) must be true copies of the original certified as such by the bidder or his duly authorized signatory. 1. Price Quotation, inclusive of taxes; 2. Duly accomplished and signed Technical Specifications using the attached form; 3. Duly signed Schedule of Requirements, using the attached form; 4. Valid and current Certificate of PhilGEPS Registration and Membership – Platinum OR Class “A” Eligibility Documents: a. Registration Certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives. b. Mayor’s/ Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located or the equivalent document for Exclusive Economic Zones or Areas (2016 Revised IRR of RA 9184) together with the corresponding copy of receipt of payments of the said permit. c. Acceptability of the recently expired Mayor’s or Business Permit and the Official Receipt as proof that the Bidder has applied and paid for the renewal of the permit within January 20, 2018 or of each subsequent quarter; Provided that, the current and valid Mayor’s Permit, as renewed, will be submitted by the bidder with LCRB as a condition to the award of contract (GPPB CIRCULAR 01-2015, dated 30 January 2015). d. Tax clearance per Executive Order No. 398, Series of 2005 issued by BIR main office Accounts Receivable Monitoring Division (ARMD), as finally reviewed and approved by the BIR pursuant to RR 01-2016 of BIR. NOTE: In case of a foreign JV Partner either Delinquency Verification Certification to Non-Resident Foreign Corporations (NRFC) or Non-Resident Aliens Not Engaged in Trade or Business (NRANETB), the Tax Clearance form required under BIR RR 3-2005, the CED of the BIR issues NRFC / NRANETB attesting to the fact that the taxpayer has no outstanding Final Assessment Notice and/or delinquent account or may be substituted by the appropriate equivalent documents, if any, issued by the country of the foreign bidder concerned. e. Audited financial statements, showing, among others, the Total and Current Assets and Liabilities, stamped “received” by the Bureau of Internal Revenue (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; NOTE: • Bidders may still submit the Class “A” Eligibility Documents required to be uploaded and maintained current and updated in the PhilGEPS pursuant to Section 8.5.2. of the 2016 Revised IRR; or • If already registered in the PhilGEPS under Platinum category, the Certificate of Registration and Membership in lieu of the uploaded file of Class “A” Eligibility Documents; or • A combination thereof in case any of the earlier uploaded Class “A” Eligibility Documents has been expired; In the event the bidder opted to submit only the Class “A” Eligibility Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184 (Pursuant to GPPB Circular 07-2017 DATED 31 July 2017) 5. Statement 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 Statement of the Bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid within two (2) years from the Submission and Opening of Bids, must be at least fifty percent (50%) of the ABC. For this purpose, similar contracts shall refer to motor vehicles with at least four wheels designed and constructed for the carriage of goods/passengers/patients. The two (2) statements required shall indicate for each contract the following using the attached prescribed COBAC Standard Form Nos. 1 and 2: a. Name of contract; b. Date of the contract; c. Contract duration; d. Owner’s name and address; e. Kinds of Goods; f. For Statement of Ongoing Contracts - amount of contract and value of outstanding contracts; g. For Statement of SLCC - amount of completed contracts, adjusted by the Bidder to current prices using PSA’s consumer price index, if necessary for the purpose of meeting the SLCC requirement; h. Date of delivery; and i. End-user’s acceptance or official receipt or sales invoice for the contract, if completed, which shall be attached to the statements. Note: Failure to include an immaterial ongoing contract or failure to disclose complete information in the statement of contracts shall result in the following (GPPB Resolution No. 29-2012 dated 23 November 2012: (a) Disqualification of the bidder for non-compliance with the eligibility requirement under Section 23.1 or 24.1 of the revised IRR. (b) Blacklisting under Section 65.3 (a) or (b) of the revised IRR. 6. The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC) which must be at least equal to the ABC to be bid, calculated as follows using the attached prescribed COBAC Standard Form No. 3: NFCC = [(Current Assets minus Current Liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under on-going contracts, including awarded contracts yet to be started coinciding with the contract to be bid. The values of the domestic bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements submitted to the BIR. OR If the prospective bidder submits a Committed Line of Credit (CLC), it must be at least equal to ten percent (10%) of the ABC to be bid issued by Universal or Commercial Bank; 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. NOTE: In case of a Joint Venture Agreement (JVA), the entity using its Audited Financial Statement (AFS) shall submit a statement of its on-going contracts including contracts awarded and not yet started, if any, provided that, its on-going contracts shall be reflected in the computation of NFCC. Provided further, that the Current Assets and Current Liabilities of foreign bidders shall be based on their AFS accomplished in compliance with International Financial Reporting Standards (Circular 02-2014 dated 20 June 2014 pursuant to GPPB Resolution 14-2014 dated 20 June 2014). 7. If applicable, valid Joint Venture Agreement (JVA) in case of the joint venture is already in existence. In the absence of a JVA, duly notarized statements from all the potential joint venture partners should be included in the bid, stating that they will enter into and abide by the provisions of the JVA in the instance that the bid is successful. Failure to enter into a Joint Venture in the event of a contract award shall be ground for the forfeiture of the bid security (2016 IRR of RA 9184). NOTE: Based on ITB Clause 24.6, in case of a JVA, each partner shall submit the following documents. All the documents shall be submitted arranged, numbered and tabbed as enumerated below: (1) Valid and current Certificate of PhilGEPS Registration and Membership – Platinum OR Class “A” Eligibility Documents: a) SEC/DTI or appropriate equivalent documents, if any, issued by the country of the foreign bidder concerned; b) Mayor’s/ Business Permit issued or the equivalent document for Exclusive Economic Zones or Areas (2016 Revised IRR of RA9184) of the said permit together with corresponding payments. Acceptability of the recently expired Mayor’s or Business Permit and the Official Receipt as proof that the Bidder has applied and paid for the renewal of the permit within January 20, or of each subsequent quarter; Provided that, the current and valid Mayor’s Permit, as renewed, will be submitted by the bidder with LCRB as a condition to the award of contract (GPPB CIRCULAR 01-2015, dated 30 January 2015). c) Tax Clearance per Executive Order No. 398, Series of 2005 issued by BIR main office Accounts Receivable Monitoring Division (ARMD), as finally reviewed and approved by the BIR pursuant to RR 01-2016 of BIR or Delinquency Verification Certificate for Non-Resident Foreign Corporations (NRFC) or Non-Resident Aliens Not Engaged in Trade or Business (NRANETB) (GPPB NPM 045-2013, dated 07 June 2013). d) Audited financial statements, showing among others, the Total and Current Assets and Liabilities, stamped “received” by the Bureau of Internal Revenue (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; NOTE: The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance: Provided that the partner responsible submits a computation of its NFCC and shall likewise submit the Statement of all of its ongoing contracts and Audited Financial Statements. NOTE: • Bidders may still submit the Class “A” Eligibility Documents required to be uploaded and maintained current and updated in the PhilGEPS pursuant to Section 8.5.2. of the 2016 Revised IRR; or • If already registered in the PhilGEPS under Platinum category, the Certificate of Registration and Membership in lieu of the uploaded file of Class “A” Eligibility Documents; or • A combination thereof in case any of the earlier uploaded Class “A” Eligibility Documents has been expired; In the event the bidder opted to submit only the Class “A” Eligibility Documents, the Certificate of PhilGEPS Registration (Platinum Membership) shall remain a post-qualification requirement to be submitted in accordance with Section 34.2 of the 2016 Revised IRR of RA 9184 (Pursuant to GPPB Circular 07-2017 DATED 31 July 2017) e) The Omnibus Sworn Statement executed by the Bidder or its duly authorized representative using the attached prescribed format; f) Duly notarized authority of the signatory, whichever is applicable: 1. Secretary’s Certificate (i.e. Corporation; Joint Venture Agreement); or 2. Special Power of Attorney (i.e. Sole Proprietor; Partnership). (Please refer to the attached prescribed forms) The LCB shall submit two (2) sets of true copies if the original certified as such by the bidder of his duly authorized signatory of the following documentary requirements within a non-extendible period of five (5) calendar days from receipt of the notification. (a) Latest Annual Tax Return filed thru Electronic Filing and Payment Systems (EFPS) and must be duly validated with the tax payments made thereon for the preceding Tax Year be it on a calendar or fiscal year income (per Revenue Regulations 3-2005); (b) Latest Business Tax Return filed thru Electronic Filing and Payment System (EFPS) duly validated with the tax payments made thereon also refers to the Value Added Tax (VAT) or Percentage Tax Returns covering the previous six (6) months (per Revenue Regulations 3-2005); The latest income and business tax returns are those within the last six months preceding the date of bid submission (c) Articles of Incorporation and General Information Sheet (GIS), in case the Bidder has submitted a SEC registration as part of the Eligibility Documents, if applicable; (d) Test Drive of the unit/s (e) Sworn Statement using the attached form: (f) Valid and current Certificate of PhilGEPS Registration and Membership – Platinum (In the event the bidder opted to submit only the Class “A” Eligibility Documents (Pursuant to GPPB Circular 07-2017 dated 31 July 2017) NOTE: 1. In case of a JVA, each partner shall submit letter (a) to (e) Post-qualification Documentary Requirements (GPPB NPM 006-2010 dated 04 February 2010). 2. In case of award, kindly send a soft copy of the Technical Specifications being offered (in “Word” and “PDF”) to this email address: cobac.secretariat.cf@gmail.com. Failure of the Bidder declared as LCB to duly submit the requirements stated above or a finding against the veracity of such shall be ground for forfeiture of the bid security and disqualify the Bidder for award. Posting of Performance Security is required upon issuance of Notice of Award. Performance security shall be limited to the following categories below that bidder may opt to use, denominated in the Philippine Pesos and posted in favor of the Procuring Entity not less than the required percentage of the total contract price in accordance with the following schedule: Form of Performance Security Amount of Performance Security (Not less than the required Percentage of the Total Contract Price) a) Cash/Cashier’s/manager’s check issued by a Universal or Commercial Bank. Five percent (5%) 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. Thirty percent (30%) The Performance Security shall be valid until the issuance of the Certificate of Inspection and Acceptance Report by the Department of Health (DOH) which must form part of the terms and conditions of the Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank or Surety bond callable upon demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security when opted to be used by the bidder. Otherwise, the award of contract shall be cancelled without prejudice of the institution of blacklisting proceeding or other administrative cases, civil or criminal cases with the forfeiture of the bid security. _____________________________ LYNDON L. LEE SUY, MD, MPH Assistant Secretary of Health COBAC – C Chairperson
- Opportunity closing date
- 20 November 2018
- Value of contract
- to be confirmed
About the buyer
- Address
- Philippines
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.