67%(3)67% menganggap dokumen ini bermanfaat (3 suara)
816 tayangan5 halaman
This document summarizes the bidding process for two construction projects in Iloilo, Philippines. It identifies the purchaser, projects, locations, budgets, and procurement method. Four bids were submitted by the deadline and opened. During the post-qualification evaluation, the bid from V.N. Grande Builders and Supply was found responsive and compliant in all requirements. The technical working group recommends awarding the contract to V.N. Grande Builders and Supply as the lowest calculated responsive bidder.
This document summarizes the bidding process for two construction projects in Iloilo, Philippines. It identifies the purchaser, projects, locations, budgets, and procurement method. Four bids were submitted by the deadline and opened. During the post-qualification evaluation, the bid from V.N. Grande Builders and Supply was found responsive and compliant in all requirements. The technical working group recommends awarding the contract to V.N. Grande Builders and Supply as the lowest calculated responsive bidder.
This document summarizes the bidding process for two construction projects in Iloilo, Philippines. It identifies the purchaser, projects, locations, budgets, and procurement method. Four bids were submitted by the deadline and opened. During the post-qualification evaluation, the bid from V.N. Grande Builders and Supply was found responsive and compliant in all requirements. The technical working group recommends awarding the contract to V.N. Grande Builders and Supply as the lowest calculated responsive bidder.
A. Construction of School Building, Iloilo State College of Fisheries Barotac Nuevo Polytechnic Institute Campus B. Construction of 2 Storey School Building (9.5mx2505m) as per plans and standard specifications
Post Qualification Evaluation Summary Report
1.0 PROJECT IDENTIFICATION
Table 1. Identification
1.1 Purchaser (or Employer) (a) Name Iloilo 2 nd DEO (b) Address Balabag, Dumangas, Iloilo 1.2 Name of Project A. Construction of School Building, Iloilo State College of Fisheries Barotac Nuevo Polytechnic Institute Campus B. Construction of 2 Storey School Building (9.5mx2505m) as per plans and standard specifications 1.3 Location of the Project Barotac Nuevo, Iloilo 1.4 Approved Budget of Contract (ABC) A. P 2,940,000.00; B.P 4,410,000.00 1.5 Method of Procurement Public Bidding
2.0 INITIAL STEPS IN THE BIDDING PROCESS
Table 2. Initial Steps in the Bidding Process
2.1 Invitation to Apply for Eligibility and to Bid (a) Date of First Publication (b) Name of Newspaper (c) Date of Website Posting (d) Date of PhilGEPS Posting December 8-14, 2011 Manila Standard Today December 8-14, 2011 December 8-28, 2011 2.2 Issuance of Bidding Documents (a) Period of Availability of Bid Docs (b) Number of Bid Docs Issued
December 8-28, 2011 5 2.3 Amendments to Bidding Documents (a) List all issue dates Supplemental/Bid Bulletin
None 2.4 Pre-bid Conference, if any (a) Date of Conference
December 16, 2011
3.0 SUBMISSION AND OPENING OF BIDS AND PRELIMINARY EXAMINATION
Table 3. Bid Submission and Opening
3.1 Bid Submission Deadline (a) Original date, time (b) Extensions, if any December 28, 2011 at 10:00am None 3.2 Bid Opening Date, time December 28, 2011 at 2:30pm 3.3 Numbers of Bid Submitted 4 3.4 Bid Validity Period (Days or Weeks) (a) Original Specified (b) Extensions/Revisions, if any
Shall be valid until April 25, 2012
Table 4. Bid Prices (as Read Out)
Bidder Identification/Name Amount 1. V.N. Grande Builders and Supply P 7,328,065.59 2. Golden Roadrunner International Corporation P 7,332,511.06 3. Culasi General Merchandising and Const. Services P 7,345,080.25
4.0 BID EVALUATION
Table 5. Correction of Bids
Bidder Identification/Name Amount Variance (%) 1. V.N. Grande Builders and Supply P 7,327,590.52 -0.305 2. Golden Roadrunner International Corporation P 7,332,511.06 -0.238 3. Culasi General Merchandising and Const. Services P 7,345,072.71 -0.067
POST QUALIFICATION Validation/Verification of Documents: Eligibility and Technical Proposal
Requirements Parties Consulted Findings/Remarks Eligibility Envelopes 1. DTI Business Name Registration or SEC Registration Securities and Exchange Commission, SEC I Register Responsive 2. Valid and Current Mayors Permit/Municipal or City License Business Permits and Licensing Office, Iloilo City Responsive 3. Taxpayers Identification Number
Bureau of Internal Revenue Portal (981-8888) Responsive Reference No. 4. Statement of Non-Blacklisted
GPPB List of Blacklisted Suppliers and Contractors Responsive Not included in the GPPBs list of Blacklisted Contractors, with certification dated December 27, 2011 signed by Victor N. Grande, V.N. Grande Builders and Supply, Notarized by Richard F. Jeruta PTR No.: 3948820, January 3, 2011, Iloilo City
5. Certificate of G-EPS Registration
V.N. Grande Builders and Supply was requested to Log-In in the PhilGEPS Central Portal for validation in the presence of Iloilo 2 nd DEO BAC-TWG Members Responsive Printed Copy of Contract Information and Organization Information were Presented -Registered with PhilGEPS Since June 15, 2007
6. Income Tax Returns for the Last two(2) years, CY 2009 and 2010
Bureau of Internal Revenue, Documents Processing Section, RDO 074, Iloilo City Responsive 7. Latest (Current Year) BIR Tax Clearance
Bureau of Internal Revenue Portal (981- 8888) Responsive Reference No. TCC No.: 01-P070-00335-2011 8. Statement of all its ongoing and completed government and private contracts within the relevant period, where applicable, including contracts awarded but not yet started, if any Municipality of Mina Responsive V.N. Grande Builders and Supply has completed the Rehabilitation and Expansion of Mina health Center in the amount of P 6,195,713.23 9. Audited Financial Statements for the year2010, stamped received by the BIR or its duly accredited and authorized institutions Bureau of Internal Revenue, Documents Processing Section, RDO 074, Iloilo City Responsive 10. NFCC Computations, or Commitment from a licensed bank to extend credit line, or Cash deposit certificate amounting to 10% of the ABC P 76,288,650.00 Responsive 11. Valid Joint Venture Agreement (if joint venture) Not Applicable Not Applicable 12. Letter authorizing BAC to verify documents submitted Responsive Submitted Affidavit Dated December 27, 2011 signed by Victor N. Grande, V.N. Grande Builders and Supply, Notarized by Richard F. Jeruta PTR No.: 3948820, January 3, 2011, Iloilo City 13. Sworn certification on the authenticity of submitted documents in satisfaction of the eligibility requirements Responsive Submitted Affidavit Dated December 27, 2011 signed by Victor N. Grande, V.N. Grande Builders and Supply, Notarized by Richard F. Jeruta PTR No.: 3948820, January 3, 2011, Iloilo City Technical Envelope 1. Bid Security
The Premier Insurance and Surety Corporation Responsive Surety Bond # 27932 in the amount of P 368,500, O.R. # 046561 2. Authority of Signatory
Responsive Submitted Affidavit Dated December 27, 2011 signed by Victor N. Grande, V.N. Grande Builders and Supply, Notarized by Richard F. Jeruta PTR No.: 3948820, January 3, 2011, Iloilo City
3. Commitment to Extend a Credit Line or Cash Deposit Equivalent to 10% of the ABC
Responsive
4. Certification of Compliance with Labor Laws Responsive Submitted Affidavit Dated December 27, 2011 signed by Victor N. Grande, V.N. Grande Builders and Supply, Notarized by Richard F. Jeruta PTR No.: 3948820, January 3, 2011, Iloilo City
5. Sworn Affidavit of Compliance with Disclosure Provision under Section 47 of RA 9184 Responsive Submitted Affidavit Dated December 27, 2011 signed by Victor N. Grande, V.N. Grande Builders and Supply, Notarized by Richard F. Jeruta PTR No.: 3948820, January 3, 2011, Iloilo City
Financial Envelope BID PRICE P 7,327,590.52
EQUIPMENT:
One (1) unit Welding Machine One (1) unit Bar Cutter One (1) unit Concrete Mixer One (1) unit Plate Compactor One (1) unit Dump Truck One (1) unit Isuzu Elf Drop side One (1) unit Concrete Cutter One (1) unit Electric Drill
PERSONNEL:
Project Manager: Victor N. Grande Project Engineer: Abraham P. Kwe PRC #: 15901 Materials Engineer: Mary Ann N. Alabe Accreditation #: 1840 PRC #: 83465
Foreman: Jaczie G. Madurar
5.0 Recommendation:
Having complied with the Legal, Technical and Financial capability requirement contained in the bidding documents, the Technical Working Group herby finds the offer of V.N. GRANDE BUILDERS AND SUPPLY as the Lowest Calculated Responsive Bid (LCRB) for the above subject project.
BRESELDA B. BECITE FILOMENO D. PALMA, JR. TWG Member TWG Member