Land Bank Of The Philippines Tender
Land Bank Of The Philippines Tender
Costs
Summary
Procurement Of The Outsourcing Of Appraisal Services For Existing Bank Collaterals/properties Scheduled For Updating In Cy 2024-2025 Thru Local Third Party Appraisers (tpa) – Central And Eastern Visay , Services ,land Bank Of The Philippines - Cebu
Description
Description Central Visayas Branches Group Regional Bids And Awards Committee (rbac) Vii Osmeña Blvd. Cor. P. Del Rosario St., Cebu City Telephone No. 032-417-7707,email Address : Rbaccebu@gmail.com Request For Quotation Negotiated Procurement – Two (2) Failed Biddings Prf No. 2024-02-0025 To: ___________________________ Rfq No. Lbp-rbacvii-itb-goods-2024-001a-np ___________________________ Date: October 14, 2024 We Would Like To Request For Your Price Quotation For The Procurement Of The Outsourcing Of Appraisal Services For Existing Bank Collaterals/properties Scheduled For Updating In Cy 2024-2025 Thru Local Third Party Appraisers (tpa) – Central And Eastern Visayas Cluster With Project Identification No. Lbp-rbacvii-itb-gss-2024-001a-np Under The Following Terms And Conditions: 1. Price Quotation Should Be Indicated In The Prescribed Form Which Is Page 2 Of This Request For Quotation (rfq). All Entries In The Price Quotation Form Must Be Typed Or Written Legibly. 2. Quotations Exceeding The Approved Budget Are Disqualified. 3. All Prices Quoted Shall Be Valid Within 120 Days From The Date Of Quotation/proposal And Shall Be Inclusive Of All Taxes, Freight, Insurance And Other Charges. 4. All Quotations Shall Be Considered Fixed Prices, And Therefore Not Subject To Price Adjustment, And Escalation During Contract Implementation. 5. Landbank Of The Philippines – Rbac Vii Will Hold A Face-to-face Negotiation Meeting On October 22, 2024 At 10:45am To 11:45am, Conference Room, 2nd Floor Lbp Building, Osmeña Blvd. Corner P. Del Rosario Sts., Cebu City. 6. The Quotation/proposal And Required Documents Shall Be Sealed In Envelopes And Submitted Not Later Than 2:30pm On November 4, 2024 At The Above Address. 7. The Winning Bidder Is Required To Return The Signed Copy Of The Notice Of Award, Purchase Order And Notice Of Proceed Within Seven (7) Calendar Days From Receipt Thereof. Otherwise, We Shall Cause The Cancellation Of The Award. 8. Payment Shall Be Through Direct Credit To The Bidder’s Deposit Account With Landbank. Bidders Are Required To Maintain A Deposit Account With The Landbank’s Cash Department Or Any Of Its Branches. (pursuant To Malacañang Executive Order No. 170 (re: Adoption Of Digital Payments For Government Disbursements And Collections) Issued On 12 May 2022, Directing All Government Agencies To Utilize Safe And Efficient Digital Disbursement In The Payment Of Goods, Services And Other Disbursements, All Payments For The Resulting Contract Shall Be Through Direct Credit To The Bidder’s Deposit Account With Landbank. Thus, The Bidder Shall Maintain A Deposit Account With Any Landbank Branch Where The Proceeds Of Its Billings Under The Resulting Contract Shall Be Credited.) 9. Liquidated Damages Equal To One-tenth Of One Percent (0.001) Of The Cost Of The Unperformed Portion For Every Day Of Delay Shall Be Deducted From The Contract Price. 10. Landbank Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Conditions It May Deem Proper. 11. This Procurement Project Is Subject To The Provisions Of The Government Procurement Reform Act (ra 9184). Thank You. Avp Atty. Carmelita R. Ynclino Head, Secretariat Rbac Vii/fssc Vii-a Price Quotation Form We Hereby Offer To Supply The Item(s) Specifically Described Below With Our Price Quotation/s Shown Opposite The Item/s. We Certify That We Have Carefully Read And Accepted Your Terms And Conditions Stated On Page 1 Of The Request For Quotation. We Further Certify That We Are A Manufacturer/ Licensed Distributor/dealer Of The Item(s) Described Below, And That At Least 60% Thereof Is Owned By Filipino Citizens, Subject To Your Verification When Required. Item/s & Description Quantity (estimated No. Of Job Orders) Approved Budget For The Contract (abc)= Php6,200,000.00 Total Bid Amount (inclusive Of All Applicable Taxes) Outsourcing Of Appraisal Services For Existing Bank Collaterals/properties Scheduled For Updating In Cy 2024-2025 Thru Local Third Party Appraisers (tpa) – Central And Eastern Visayas Cluster Coverage: Field Support Services Center Vii-a Covering Provinces Of Cebu And Bohol; And Field Support Services Center Viii Covering Provinces Of Leyte, Southern Leyte, Samar, Northern Samar, Eastern Samar, And Biliran 620 Php__________________ Terms And Conditions For This Quotation: I. General Conditions Of The Contract (annex A) Ii. Terms Of Reference (annex B) Iii. Bidders Shall Submit Bid For Every Type Of Appraisal Service Which Should Not Exceed The Per Unit Cost And Arrived At Their Total Bid Cost/amount. Lowest Bidder Shall Be Determined By Its Total Bid Price For The Total Estimated Quantity/job Orders. Please See Schedule Of Prices (schedule 1). Iv. Sub-contracting Is Not Allowed V. All Bidding Documents Should Be Signed Per Page Those That Are Not Original Copies Should Be Signed By The Bidder’s Authorized Representative As To “certified True Copy Of The Original” Vi. The Following Documents Must Be Submitted Together With The Price Quotation Form: The Eligibility And Technical Component O Eligibility Documents – Class “a” Legal Eligibility Documents 1. Valid Philgeps Registration Certificate (platinum Membership) (all Pages). Technical Eligibility Documents 2. Duly Notarized Secretary’s Certificate Attesting That The Signatory Is The Duly Authorized Representative Of The Prospective Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The Prospective Bidder In The Bidding, If The Prospective Bidder Is A Corporation, Partnership, Cooperative, Or Joint Venture Or Original Special Power Of Attorney Of All Members Of The Joint Venture Or The Sole Proprietor As The Case May Be, Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. (form No. 6). 3. 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, Within The Last Three (3) Years From The Date Of Submission And Receipt Of Bids. The Statement Shall Include All Information Required In The Sample Form (form No. 2). 4. Statement Of The Prospective Bidder Identifying Its Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Within The Relevant Period As Provided In The Bidding Documents (must Have Been Completed Within Three (3) Years Prior To The Set Deadline For The Submission And Receipt Of Bids). The Statement Shall Include All Information Required In The Sample Form (form No. 3). A. The Bidder Must Have Completed A Contract That Is Similar To This Project, The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be Equivalent To At Least Fifty Percent (50%) Of The Abc Of This Project. Or B. The Bidder Must Have Completed At Least Two (2) Contracts Similar To This Project, The Aggregate Amount Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be Equivalent To At Least Fifty Percent (50%) Of The Abc For This Project, And The Largest Of These Similar Contracts Must Be Equivalent To At Least Twenty Five Percent (25%) Of The Abc For This Project. A Contract Shall Be Considered Similar To This Project If It Involves Appraisal Services. Moreover, It Must Have Been Completed Within Three (3) Years Prior To The Set Deadline For The Submission And Receipt Of Bids. Financial Eligibility Documents 5. The Prospective Bidder’s Audited Financial Statements, Showing, Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The 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. 6. The Prospective Bidder’s Computation For Its Net Financial Contracting Capacity (nfcc) Following The Sample Form (form No. 4), Or In The Case Of Procurement Of Goods, A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. O Eligibility Documents – Class “b” 7. Duly Signed Valid Joint Venture Agreement (jva), In Case The Joint Venture Is Already In Existence. In The Absence Of A Jva, 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 Shall Be Included In The Bid. Failure To Enter Into A Joint Venture In The Event Of A Contract Award Shall Be Ground For The Forfeiture Of The Bid Security. Each Partner Of The Joint Venture Shall Submit Its Legal Eligibility Documents. The Submission Of Technical And Financial Eligibility Documents By Any Of The Joint Venture Partners Constitutes Compliance, Provided, That The Partner Responsible To Submit The Nfcc Shall Likewise Submit The Statement Of All Its Ongoing Contracts And Audited Financial Statements. 8. 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. 9. Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder. O Technical Documents 10. Bid Security (if In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission). 11. Annex B – Terms Of Reference – All Pages Must Be Signed As To Conforme By The Bidder 12. Annex A – General Conditions Of The Contract – All Pages Must Be Signed As To Conforme By The Bidder 13. Duly Notarized Omnibus Sworn Statement (oss) (form No.5). O Other Documents To Support Compliance With Technical Specifications [must Be Submitted Inside The First Bid Envelope (eligibility And Technical Components)] 1. Company Profile 2. Bsp Acceptance Certificate 3. Sec/dti Registration Certificate 4. Organizational Chart With Names Of Personnel And Corresponding Position/designation 5. Key Officers And/or Authorized Signatories In The Appraisal Report Within The Area Of Coverage Of Fssc Vii-a And Viii A. Professional Regulatory Commission (prc), Valid License For Real Estate Appraisers (reas) B. Certificate Of Membership With Locally Registered Appraisal Association/s Which Adheres To The Appraisal Standards Set By The Philippine Valuation Standard (pvs) Or The International Valuation Standard (ivs) 6. List Of At Least Five (5) (management And Technical Staff) With The Following Qualifications (with Minimum Two (2) Rea As Technical Staff): A. Curriculum Vitae B. Certificate Of Employment C. Valid Prc License For Rea 7. Certificate Of Satisfactory Performance Issued By At Least Three (3) Local Clients Excluding Landbank, For The Past Three (3) Years. The Certificate Of Acceptance Should Be Duly Signed By The Client/owner And Should Indicate The Following: A. Project Name B. Project Location C. Contract Price D. Contract Duration E. Date Of Completion F. Name Of Client 8. Business Permit And Tax Clearance - Main Office And Local Office Financial Component 1. Duly Filled Out Schedule Of Prices Signed By The Bidder’s Authorized Representative (form No.1). Post-qualification Documents/requirements – The Bidder Shall Submit The Following Documents/requirements Within Five (5) Calendar Days After Receipt Of Notice Of Post-qualification]: 1. Business Tax Returns Per Revenue Regulations 3-2005 (bir No.2550 Q) Vat Or Percentage Tax Returns For The Last Two (2) Quarters Filed Manually Or Through Efps. 2. Latest Income Tax Return Filed Manually Or Through Efps. 3. Duly Notarized Secretary’s Certificate Or Special Power Of Attorney As The Case May Be, Designating The Authorized Signatory In The Contract Agreement If The Same Is Other Than The Bidder’s Authorized Signatory In The Bidding (sample Form – Form No. 7). Note: The Forms Attached To The Bidding Documents May Be Reproduced Or Reformatted Provided The Information Required In The Original Forms And Other Requirements Like Signatures, If Applicable, Are Complied With In The Submittal. Please Credit Payment To Account Name: _______________________________, Account Number: ________________________________ Lbp Branch: _________________________________ ______________________________________ Bidder/contractor ______________________________________ Printed Name Of Authorized Representative ______________________________________ Signature ______________________________________ Address ______________________________________ Tel No./fax No. _____________________________________ Email Address
Contact
Tender Id
f9cc9cd1-bfed-3964-ab1e-53c07d62a986Tender No
11354504Tender Authority
Land Bank Of The Philippines ViewPurchaser Address
-Website
http://https://www.landbank.com/