January 8, 2013

 

TO ALL INTERESTED BIDDERS

 

We are pleased to invite you in our negotiation conference for the project requirements “To hire Contractor to provide materials, labor and equipment” for the Concreting of Crossing Molog-polog, Barangay Nalundan, Bindoy, province of Negros Oriental with an ABC of P294,000.00, which will be procured by this province thru “NEGOTIATED PROCUREMENT” due to failure of public bidding for the second time, in accordance with the provision of  Section 53.1 of the revised IRR of RA 9184.

 

Please submit the following documents on January 16, 2012 (Wednesday) at 3:00 o’clock in the afternoon at the old SP Session Hall, Capitol Dumaguete City, viz:

 

  1. Letter on Intent
  2. Registration certificate from the Securities and Exchange Commission (SEC) if corporation, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives;
  3. Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located;
  4. Statement of all its ongoing and completed government and private contracts within ten (10) years from the submission of bids, including contracts awarded but not yet started, if any.  The statement shall include, for each contract, the following:

 

a) name of the contract

b) date of the contract

c) contract duration  

d)owner’s name and address

e) nature of work

f) contractor’s role (whether sole contractor, subcontractor, or partner in a JV) and percentage of participation

g) total contract value at award

h) date of completion or estimated completion time

i) total contract value at completion, if applicable

j) percentages of planned and actual accomplishments, if applicable

k) value of outstanding works, if applicable

l) the statement shall be supported by the Notices of Award and/or Notices to Proceed issued by the owners and

m) the statement shall be supported by the Contractors Performance Evaluation System (CPES) rating sheets, and/or certificates of completion and owner’s acceptance, if applicable;

  1. Valid PCAB License and registration for the type and cost of the contract for this Project;
  2. Audited Financial Statements for FY 2011, stamped “received” by the Bureau of Internal Revenue (BIR) or its duly authorized institutions; and
  3. NFCC computation or CLC at least equal to ten percent (10%) of the ABC issued by a Universal or Commercial bank. In the case of CLC issued by banks  other than the Universal or Commercial bank, it should be certified by the Bangko Sentral ng Pilipinas (BSP) as authorized to issue such financial instrument
  4. Bid Security equivalent  to 2% of the ABC if in the form of cash, cashier’s/manager’s check, bank draft/guarantee or an irrevocable letter of credit issued by a Commercial bank or 5% of the ABC if in the form of Surety Bond
  5. Project Requirements, which shall include the following:

a)      Organizational chart for the contract to be bid

b)      List of contractor’s personnel (viz, project Manager, Project Engineers, Materials Engineers and Foremen), to be assigned to the contract to be bid, with their complete qualification and experience data

c)      List of contractor’s equipment units, which are owned, leased, and/or under purchase agreements, supported by certification of availability of equipment from the equipment lessor/vendor for the duration of the project;

  1. Omnibus Sworn Statement
  2. Financial Bid Form which includes bill of quantities, detailed estimates and flow chart by quarter

 

 (VERY IMPORTANT: SEALED FINANCIAL BID FORM UPON SUBMISSION)

 

Please be guided accordingly.  For further inquiry/clarification, please contact the BAC Secretariat at telephone number (035)225-1111(connect to 475 or 477) or (035)226-3804.

 

 

Very truly yours,

 

 

 

DANILO C. MENDEZ

Chairman, Bids and Awards Committee