Reference Number
|
10098514
|
Procuring Entity
|
MUNICIPALITY OF LABASON, ZAMBOANGA DEL NORTE
|
Title
|
Road Development Project for the Marking of the Philippine Route of the First Circumnavigation of the World at Brgy. Kipit, Labason Zamboanga del Norte.
|
Area of Delivery
|
Zamboanga Del Norte
|
Printable Version
|
Solicitation Number:
|
2023-0904-13Infra
|
Trade Agreement:
|
Implementing Rules and Regulations
|
Procurement Mode:
|
Public Bidding
|
Classification:
|
Civil Works
|
Category:
|
Construction Projects
|
Approved Budget for the Contract:
|
PHP 1,542,543.12
|
Contract Duration:
|
45 Day/s
|
Client Agency:
|
|
|
Contact Person:
|
EMMA SALTIGA ROSALES
Bids and Awards Committee - Secretary
Imelda, Labason, Zamboanga del Norte
Labason
Zamboanga Del Norte
Philippines 7117
63-065-3772125
63-065-3772125
baclgulabason@gmail.com
|
|
Status
|
Active
|
Associated Components
|
Order
|
Bid Supplements
|
0
|
Document Request List
|
0
|
Date Published
|
15/09/2023
|
Last Updated / Time
|
15/09/2023 12:00 AM
|
Closing Date / Time
|
06/10/2023 9:00 AM
|
Description
|
BIDS AND AWARDS COMMITTEE
INVITATION TO BID
The Municipal Government of Labason, Zamboanga del Norte, through its Bids and Awards Committee (BAC), invites eligible suppliers/contractors to bid for
the hereunder project:
Name of Project and Description: Road Development Project for the Marking of the Philippine Route of the First Circumnavigation of the World at Brgy.
Kipit, Labason Zamboanga del Norte
Project Description: Net Length = 101.26 Ln.M. (Width = 5.0M) (Thickness = 0.20M)
Location of Project: Brgy. Kipit, Labason, Zamboanga del Norte
Requesting office/End-user: LGU, Labason, ZN
Approved Budget for the Contract (ABC): Php 1,542,543.12
Source of Fund/Year: 20% Current & Continuing
Coverage Period: Forty-Five (45) Calendar Days
Item No. Description Quantity Unit
A EARTHWORKS
100.2.2 Clearing and Grubbing 506.30 Sq.m
102(2) Surplus Common Excavation 20.00 Cu.m
104 Embankment 117.00 Cu.m
105 Subgrade Preparation 441.00 Sq.m
B SURFACE WORKS
200(1) Aggregate Subbase Course 258.00 Cu.m
C CONCRETE PAVEMENT
311 Portland Cement Concrete Pavement 510.80 Sq.m
D MISCELLANEOUS STRUCTURES
SPL-1 Provision of Health and Safety Program 1.00 Lot
FEA. 1.1 Provision of Billboards 1.00 Each
Prospective eligible bidders must have completed within the last three (3) years two (2) similar contracts both of which are equivalent to at least fifty
percent (50%) of the Approved Budget for the Contract (ABC).
Bidders should possess the following List of Requirements below:
a. Certified True Copy of Certificate of PhilGeps Registration (Platinum);
b. Statement of all Ongoing Government and Private Contracts;
c. Statement of SLCC;
d. PCAB License if Infra
e. NFCC Computation or committed Line of Credit;
f. JVA or the Duly Notarized Statement in Accordance with Section 23.1(b) of this IRR, if applicable;
g. Bid Security in the prescribed form, amount and validity period;
h. Technical Specifications, which may include production/delivery schedule, manpower requirement, and/or after-sales service/parts if applicable;
i. Omnibus Sworn Statement in accordance with Section 25.3 of this IRR;
j. Certified True Copy of Securities and Exchange Commission (SEC) Registration or Department of Trade and Industry (DTI) Registration,
k. Certified True Copy of Valid Tax Clearance per Executive Order No. 398, Series of 2005, as finally reviewed and approved by the BIR.
l. 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.
m. Product Brochure/Manual.
n. Letter of Intent.
All particulars relative to Eligibility Statement and Screening, Bid Security, Performance Security, Pre-Bidding Conference, Evaluation of Bids,
Post-qualification and Award of Contract shall be governed by the pertinent provisions of R.A. 9184 and its Revised Implementing Rules and Regulations
(IRR).
Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the Revised
Implementing Rules and Regulations of R.A. 9184.
The complete schedules of activities are listed, as follows:
PROCUREMENT ACTIVITY DATE TIME VENUE
Availability of
Bid Docs Starting
September 15, 2023
Friday 8:30 AM
TO
4:30 PM BAC OFFICE
2nd Floor, Licensing Office, Labason Municipal Hall,
Labason, Z.N.
Pre – Bid Conference September 22, 2023
Friday 9:00 AM Conference Room, 2nd Floor, Labason Municipal Hall,
Labason, Z.N.
Deadline for Submission Proposals and Eligibility Requirements October 06, 2023
Friday 8:30 AM BAC OFFICE
2nd Floor, Licensing Office, Labason Municipal Hall,
Labason, Z.N.
Opening of Proposals and Eligibility Requirements October 06, 2023
Friday 9:00 AM Conference Room, 2nd Floor, Labason Municipal Hall,
Labason, Z.N.
A complete set of Bidding Documents and other detailed information may be acquired from the BAC Secretariat, Mayor’s Office, 2nd Floor, Labason Municipal
Hall, Labason, Zamboanga del Norte. All prospective Bidders shall be charged a non-refundable fee for the Bidding Documents, pursuant to the latest
Guidelines issued by the GPPB, in the amount of Five Thousand Pesos (Php 5,000.00) only.
The Municipal Government of Labason, Zamboanga del Norte reserves the right to accept or reject any bid, to annul the bidding process, and to reject any
and all bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders.
For further information, please refer to:
EMMA S. ROSALES
Head /BAC Secretariat
Local Government Unit
Labason, Zamboanga del Norte
Cell No. 0953 237 5310
baclgulabason@gmail.co
ENGR. ELLEN D. PABIRAN
BAC Chairman
|
|
|
Pre-bid Conference
|
Date
|
Time
|
Venue
|
22/09/2023
|
9:00 AM
|
Conference Room, 2nd Floor, Labason Municipal Hall, Labason, Z.N.
|
|
|
|
|
|
Created by
|
EMMA SALTIGA ROSALES
|
Date Created
|
04/09/2023
|
|
|
|