NOTICE OF NEGOTIATED PROCUREMENT

(Two Failed Biddings)

 N2FB-79-2014

September 26, 2014

 

TO ALL INTERESTED BIDDERS

 

We are pleased to invite you in our negotiation conference for the project requirements One (1) Lot 4 Infrastructure Projects, viz:

 

1. To hire contractor to provide materials, labor and equipment for the  “Construction of Four (4) Cottages for the Mabinay Spring Tourism Site, Mabinay, Negros Oriental

P1,960,000.00

2. To hire contractor to provide materials, labor and equipments for the Construction of Multi-Purpose Building, Brgy. Olympia, Bais City, Negros Oriental

P 686,000.00

3. To hire contractor to provide materials, labor and equipments for the Construction  of Brgy. Health Center, Tara, Mabinay Negros Oriental

P 392,000.00

4. To hire contractor to provide materials, labor and equipments for the Rehabilitation/Improvement of the Seconf Floor Multi-Purpose Building, Brgy. Campoanon-an, Mabinay Negros Oriental

P 245,000.00

 

 

under Bid No. N2FB-79-2014, with Total ABC of P3,283,000.00, which will be procured by this province thru “NEGOTIATED PROCUREMENT – Two Failed Biddings”, in accordance with the provision of  Section 53.1 of the revised IRR of RA 9184.

 

Please submit the following documents required during the negotiation conference on October 8, 2014 (Wednesday) at 11:15 in the morning at the old SP Session Hall, Capitol Dumaguete City, viz:

 

1. Letter on Intent

    Proof of payment of bidding documents  – P4,000.00 (Non-refundable)

2. Registration Certificate from the Securities and Exchange Commission (SEC), Department of Trade

    and Industry (DTI) for proprietorship, or Cooperative Development Authority (CDA) for cooperatives,

    or any proof of such registration as stated in the BDS;

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, unless otherwise stated in the BDS, including contracts awarded but not yet

    started, if any. The statement shall include, for each contract, the following: 

    a. name of contract; 

    b. date of 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. percentage 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’ acceptance, if applicable

5. Valid Philippine Contractors Accreditation Board (PCAB) license and registration for the type and cost   

    of the contract for this Project.

6. Audited financial statements, showing, among others, the prospective total and current assets and 

    liabilities, stamped “received” by the Bureau of Internal Revenue (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;

7. NFCC computation in accordance with ITB Clause 5.5; and

8. Tax Clearance per Executive Order 398, Series of 2005, as finally reviewed and approved by the BIR.

9.  Bid security in accordance with ITB Clause 18. If the Bidder opts to submit the bid security in the

     form of:

    a. 2%- if bid security is in cash, cashier’s/manager’s check,  bank

                 Draft/guarantee or an irrevocable letter of credit issued by a foreign bank,

                 it shall be accompanied by a confirmation from a Universal or Commercial Bank; or

    b. 5%-  if bid security is in surety bond, it shall be accompanied by a certification by the Insurance  

                 Commission that the surety or insurance company is authorized to issue such instruments

    c. Bid Securing Declaration

10. 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;

11. Sworn statement in accordance with Section 25.2(a)(iv) of the IRR of RA 9184 and using the form

      prescribed in Section VIII. Bidding Forms

(Item no. 9)

[Name of Bidder] did not give or pay directly or indirectly, any commission, amount fee, or any form of consideration, pecuniary or otherwise, to any person or official, personnel or representative of the government in relation to any procurement project or activity.

12. Financial Bid Form which includes bill of quantities, detailed estimates and cash flow by quarter

 

 (VERY IMPORTANT: SEALED ENVELOPES CONTAINING THREE SETS OF DOCUMENTS 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 226-3804 or 422-8895.

 

 

Very truly yours,

 

 

DANILO C. MENDEZ

Chairman, Bids and Awards Committee