Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 2

Republic of the Philippines

Province of Davao del Norte


Municipality of Sto. Tomas
Barangay Esperanza

BIDS AND AWARDS COMMITTEE

The Barangay Esperanza of Sto. Tomas through the BIDS AND AWARDS COMMITTEE (BAC) invites
qualified bidders/suppliers to apply for eligibility and to submit sealed bids for items listed and described herein charged
against the CONSTRUCTION OF CANAL @ PUROK MINDAHILA with Approved Budget for the Contract
amounting to ONE HUNDRED THREE THOUSAND NINE HUNDRED FIVE PESOS ONLY (₱ 230,190.00)

Interested parties are requested to submit a Letter of Intent and updated documents to the Chairman, Bids and
Awards Committee (BAC), through the BAC Secretariat.

1. Each bid shall be accompanied by a Bid Security in the form of; (all stated in Philippine pesos)
a) Cash, certified check, cashier’s check, manager’s check, bank draft or irrevocable letter of credit, one
percent (2%) of the approved budget for the contract;
b) Bank guarantee, one and a half percent (1½%) of the approved budget for the contract;
c) Surety bond, two and a half percent (2½%) of the approved budget for the contract;
d) Foreign government guarantee, one hundred percent (100%) of the approved budget for the contract.
2. The bond shall be forfeited in favor of the government shall the winning bidders/successful bidder fails to
enter into contract with the government in accordance with this bid within ten (10) days upon advice of the
Barangay Bids and Awards Committee (BAC) established in accordance with Article V on Government
Procurement Reform Act No. 9184.
3. After awards, the winning bidder shall put up a performance Security equivalent to
a) cash, manager’s check, cashier’s check, irrevocable letter of credit, bank draft, 5% of the contract price;
b) bank guarantee, 10% of the total contract price
c) Surety bond, 30% of the total contract price duly accredited by the Central Tender Board
4. Should the bidder fails to put up Performance Security, the government shall confiscated his proposal bond
and bar him from participating in some or all future bidding, being an irresponsible bidder.
5. Failure of the winning bidder to make delivery of the items with the specified prescribed period, the Barangay
Treasurer shall impose penalties equivalent to one tenth of one percent (1/10 of 1%) of the total value of the
contract price of the undelivered items.
6. The Barangay Treasury may deduct the value of the penalty imposed from any money due to the bidder or
from the bidder’s bond filed under his bid.
7. The bidder or his duly authorized representative must be present to witness the opening of the bids and to
answer queries that maybe asked by the Bids and Awards Committee. However, the Committee even without
the presence of the bidder shall open all bids received on time.
8. Bidders must attach in separate envelope the photocopy of Business with Official Receipts, DTI registration
of business name and supplier’s accreditation from covered agencies all duly authenticated. Ex. BFAD, SEC,
CDA.
9. Winning bidder should deliver the items at the site or place as specified by the requisitioning office as
indicated in the invitation to apply for eligibility and to bid and or other bidding documents.

Bidding of the above items is scheduled on ____________________ at 1:00 pm at the Barangay Hall of Esperanza and
the Bid Documents may be obtained from the BAC. Bidders should submit bids in duly sealed envelopes labeled,

only Bids
within the Approved Budget for the Contract to be bid will be accepted.

All particulars relative to the eligibility process, bidding, evaluation of bids, post-qualification and award of
contract shall be governed by the implementing Rules and Regulation (IRR-A) of Republic Act 9184 otherwise known as
the Government Procurement Reform Act.

The Bids and Awards Committee of Barangay Esperanza, Municipality of Sto. Tomas reserves the right to reject
any or all bids, to waive any defect or formality therein and to accept bids considered complying and lowest calculated
responsive bids and advantageous to the government.

KENNETH JAY B. ACUPAN__


BAC Chairperson
BID FORM

Name of Local Government: Barangay Esperanza, Sto. Tomas, Davao del Norte
TO PURCHASE: CONSTRUCTION OF CANAL @ PUROK MINDAHILA.
Item Quotatio
Qty. Unit DESCRIPTION Unit Cost Amount Total
No. n
1 6 Pcs. 18” Ø RCPC (include delivery) 2,400.00 14,400.00
2 3 Pcs. 24” Ø RCPC (include delivery) 3,200.00 9,600.00
3 18 Cu.m Embankment materials or equivalent 600.00 10,800.00
4 8 Cu.m Mixed Sand & Gravel 600.00 4,800.00
5 202 Bags Portland Cement 270.00 54,540.00
6 280 Lgths 10 mm. Ø x 6.00 m.DRB 240.00 67,200.00
7 20 Pcs. Hacksaw Blade (sanvik) 80.00 1,600.00
8 23 Kgs. Tie Wire # 16 100.00 2,300.00
9 180.00 Bdft. 2”x 2” x 10” coco lumber - frames = 54 pcs. 25.00 4,500.00
10 125.00 Bdft. 1”x 6” x 10” coco lumber – frames = 25 pcs. 25.00 3,125.00
11 20 Kgs. CW Nails # 3 100.00 2,000.00
12 2,435 Pcs. 4” x 8” x 16” CHB 15.00 36,525.00
13 23 Cu.m Washed Sand 700.00 16,100.00
14 1 Mtr. Screen Wire ⅛” 120.00 120.00
15 64 Sq.ft 8” x 8” Tarpaulin printed with projects brief/info. 20.00 1,280.00
16 30.00 Bdft 6 pcs. 2” x 3” x 10” coco lumber 25.00 750.00
17 20.00 Bdft. 6 pcs. 2” x 2” x 10” coco lumber 25.00 500.00
18 0.5 Kgs. CW Nails # 4 100.00 50.00
19
20
21
22
23
24
25
26
27
28
29

. TOTAL 230,190.00
Bids District BIDS REQUIREMENTS:
To: 1. Submit bid in duplicate.
2. Delivery must be within 10 calendar Name of Establishment
Days upon receipt of P.O.
3. Price quoted must be good within
30 days calendar days
4. Indicate unit and total price.
5. Unauthenticated photo copy of form Name of Bidder
will not be accepted.

Signature of Bidder/Authorized
Representative

You might also like