|
AGD-074-0 |
Republic of the Philippines
SAN PABLO CITY WATER DISTRICT
Maharlika Highway, Brgy. San Gabriel, San Pablo City
Telefax. No. (049) 503-0075
Invitation to Bid
Contract No. 2025-215
Supply and Delivery of One (1) set Air Compressor
and One (1) set Jack Hammer
1. The San Pablo City Water District, through the 2025 Approved Budget intends to apply the sum of One Million Nine Hundred Fifty Thousand Pesos (Php 1,950,000.00) only being the Approved Budget for the Contract (ABC) to payments under the contract for Contract No. 2025-215 Supply and Delivery of One (1) set Air Compressor and One (1) set Jack Hammer. Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The San Pablo City Water District now invites bids for the above Procurement Project. Delivery of the Goods is required within Fifteen (15) to Thirty (30) Days upon receipt of approved Purchase Order. Bidders should have completed, within One (1) year from the date of submission and receipt of bids, 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 a non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.
a. 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 No. 5183.
4. Prospective Bidders may obtain further information from San Pablo City Water District and inspect the Bidding Documents at the address given below during 8:00 o’clock in the morning up to 5:00 o’clock in the afternoon.
5. A complete set of Bidding Documents may be acquired by interested Bidders on November 18, 2025 to December 8, 2025 from the given address 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 Thousand Pesos (Php 5,000.00) only. The Procuring Entity shall allow the bidder to present its proof of payment for the fees by presenting the Official Receipt personally at the given address below.
6. The San Pablo City Water District will hold a Pre-Bid Conference on November 26, 2025 at 2:00 o’clock in the afternoon at San Pablo City Water District Regional Training Center, Maharlika Highway, Brgy. San Gabriel, San Pablo City, which shall be open to prospective bidders.
7. Bids must be duly received by the BAC Secretariat through manual submission at the office address indicated below, on or before December 8, 2025 at 2:00 o’clock in the afternoon. 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 14.
9. Bid opening shall be on December 8, 2025 at 2:00 o’clock in the afternoon at the given address below. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity.
10. In case the due date falls on a non-working day, i.e. Saturday and Sunday, legal holiday, or special non-working holiday, the deadline shall be moved on the next working day.
11. The San Pablo City 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 Sections 35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders.
12. For further information, please refer to:
ROXAINE LOURREST A. CARANDANG
Head, BAC Secretariat
San Pablo City Water District
Maharlika Highway, Brgy. San Gabriel,
San Pablo City 4000, Laguna, Philippines
bac@spcwd.org.ph
Tel No:
Laguna Trunkline: (049) 562-9955 loc. 124 or 125 or 128
Manila Line: (02) 8396-9550 loc. 124 or 125 or 128
Direct Line: (049) 503-0075
Approved by:
EFREN R. DELA PAZ
Chairman, Bids and Awards Committee
Noted by:
MILDRED C. MORGA
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
Checklist of Technical and Financial Documents
|
I. TECHNICAL COMPONENT ENVELOPE
|
||
|
Class “A” Documents |
||
|
Legal Documents |
||
|
? |
(a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance with Section 8.5.2 of the IRR;
|
|
|
Technical Documents |
||
|
? |
(b) 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 |
|
|
? |
(c) 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 |
|
|
? |
(d) 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 |
|
|
? |
(e) Conformity with the Technical Specifications, which may include production/delivery schedule, manpower requirements, and/or after-sales/parts, if applicable; and |
|
|
? |
(f) 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.
|
|
|
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.
|
|
|
Class “B” Documents
|
||
|
? |
(h) 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 |
||
|
? |
(i) Original of duly signed and accomplished Financial Bid Form; and |
|
|
? |
(j) Original of duly signed and accomplished Price Schedule(s).
|
|
|
Other documentary requirements under RA No. 9184 (as applicable) |
||
|
? |
(k) [For foreign bidders claiming by reason of their country’s extension of reciprocal rights to Filipinos] Certification from the relevant government office of their country stating that Filipinos are allowed to participate in government procurement activities for the same item or product. |
|
|
? |
(l) Certification from the DTI if the Bidder claims preference as a Domestic Bidder or Domestic Entity. |
|
xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx
Supply and Delivery of One (1) set Air Compressor
and One (1) set Jack Hammer
The delivery 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 |
||
|
1. |
Air Compressor |
1 set |
|
Fifteen (15) to Thirty (30) Days upon receipt of Purchase Order |
||
|
2. |
Jack Hammer |
1 set |
|
|||
|
|
|
|
|
|
||
|
|
Terms of Payment: |
|
|
|
|
|
|
a) After issuance of certificate of final acceptance |
|
|
||||
|
b) Upon posting of warranty security in any of the |
|
|
||||
|
following prescribed forms: |
|
|
||||
|
- Retention money in an amount equivalent to five percent (5%) of the contract price |
|
|
||||
|
Or |
|
|
||||
|
- Special bank guarantee equivalent to at least ten percent (10%) of the contract price. |
|
|||||
ROXAINE LOURREST A. CARANDANG
Head, BAC Secretariat
San Pablo City Water District