< Back to Government Tenders

 
Date published

May 11, 2023

Closing Date

May 29, 2023 01:00 AM

Reference ID: 9722027

Asphalt Overlay along J.P. Laurel St., Brgy. Poblacion, San Nicolas, Batangas

MUNICIPALITY OF SAN NICOLAS, BATANGAS

Area of Delivery: Batangas


Solicitation Number:

2023-I002

Trade Agreement:

Implementing Rules and Regulations

Classification:

Civil Works

Category:

Construction Projects

Procurement Mode:

Public Bidding

Approved Budget:

PHP 3010000.00

Delivery Terms:

60 Day/s


Contact Person:

Melanie Sergio Pili
Bac Secretariat Head
J.P. Laurel Street, Poblacion
San Nicolas
Batangas
Philippines 4207
63-916-3839340

snb_bacsec@yahoo.com

Details:

Republic of the Philippines
Province of Batangas
Municipality of San Nicolas

Invitation to Bid for the Asphalt Overlay along J.P. Laurel St.,
Brgy. Poblacion, San Nicolas, Batangas

1. The MUNICIPALITY OF SAN NICOLAS, through 20% Development Fund intends to apply the sum of Three Million Ten Thousand Pesos (Php 3,010,000.00) being the Approved Budget for the Contract (ABC) to payments under the contract for the Asphalt Overlay along J.P. Laurel St., Brgy. Poblacion, San Nicolas, Batangas/ 2023–I002. Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The MUNICIPALITY OF SAN NICOLAS now invites bids for the Asphalt Overlay along J.P. Laurel St., Brgy. Poblacion,, San Nicolas, Batangas. Completion of the Works is required 90 calendar days. Bidders should have completed a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II Instruction to bidders.
3. Bidding will be conducted through open competitive bidding procedures using non-discretionary “pass/fail” criterion as specified in the 2016 Revised Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act.”
Bidding is restricted to Filipino citizens/sole proprietorships, cooperatives, and partnerships or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.
4. Interested bidders may obtain further information from MUNICIPALITY OF SAN NICOLAS and inspect the Bidding Documents at the address given below during 8:00 am – 5:00 pm.
5. A complete set of Bidding Documents may be acquired by interested bidders on May 11, 2023 to May 29, 2023 from the address below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Php 5,000.00.
It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) provided that bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their bids.
6. The MUNICIPALITY OF SAN NICOLAS will hold a Pre-Bid Conference on May 18, 2023, 1:30 pm at Municipal Hall, Municipality of San Nicolas, Batangas which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat at the address below on or before May 29, 2023 at 11:00 am. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.
Bid opening shall be on May 29, 2023, 1:30 pm at Municipal Hall, Municipality of San Nicolas, Batangas. Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.
8. The MUNICIPALITY OF SAN NICOLAS reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.
9. For further information, please refer to:
Engr. Manolito M. Montenegro
BAC Chairman
Brgy. Poblacion, San Nicolas, Batangas

MANOLITO M. MONTENEGRO
BAC Chairman




Section III. Bid Data Sheet
Notes on the Bid Data Sheet
This Section is intended to assist the Procuring Entity in providing the specific information in relation to corresponding clauses in the ITB included in Section II, and has to be prepared for each specific procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the circumstances of the Procuring Entity, the processing of the procurement, the applicable rules regarding bid price and currency, and the bid evaluation criteria that will apply to the Bids. In preparing this Section, the following aspects should be checked:
(a) Information that specifies and complements provisions of Section II. Instruction to Bidders must be incorporated.
(b) Amendments and/or supplements, if any, to provisions of Section II Instruction to Bidders as necessitated by the circumstances of the specific procurement, must also be incorporated.



Bid Data Sheet
ITB Clause
1.1 The Procuring Entity is MUNICIPALITY OF SAN NICOLAS.
The name of the Contract is Asphalt Overlay along J.P. Laurel St., Brgy. Poblacion, San Nicolas, Batangas.
The identification number of the Contract is 2023-I002.
2

The Funding Source is:
The Government of the Philippines (GoP) through LGU – San Nicolas, Batangas - Continuing Appropriation the budget for the Contract approved by the respective Sanggunian in the amount of Three Million Ten Thousand Pesos (Php 3,010,000.00).
The name of the Project is Asphalt Overlay along J.P. Laurel St., Brgy. Poblacion, San Nicolas, Batangas
3.1 No further instructions.
5.1 No further instructions.
5.2 Bidding is restricted to eligible bidders as defined in ITB Clause 5.1.
5.4(a) No further instructions.
5.4(b)
For this purpose, similar contracts shall refer to contracts which have the same major categories of work.
8.1 Subcontracting is not allowed.
8.2 Not applicable.
9.1 The Procuring Entity will hold a pre-bid conference for this Project on May 18, 2023, 1:30 pm at Municipal Hall, Municipality of San Nicolas, Batangas.
10.1
The Procuring Entity’s address is:
J.P. Laurel St. Brgy. Poblacion, San Nicolas, Batangas
Engr. Manolito. M. Montenegro
043-773-7119
10.4 No further instructions.
12.1 No further instructions.
12.1(a)(iii) No further instructions.
12.1(b)(ii.2) The minimum work experience requirements for key personnel are the following:
Key Personnel General Experience Relevant Experience

12.1(b)(iii.3) The minimum major equipment requirements are the following:
Equipment Capacity Number of Units
13.1 List any additional requirements or state “No additional Requirements”
13.1(b) This shall include all of the following documents:
1) Bid prices in the Bill of Quantities;
2) Detailed estimates, including a summary sheet indicating the unit prices of construction materials, labor rates, and equipment rentals used in coming up with the Bid; and
3) Cash flow by quarter or payment schedule.
13.2 The ABC is Three Million Ten Thousand Pesos (Php 3,010,000.00). Any bid with a financial component exceeding this amount shall not be accepted.
14.2 No further instructions.
15.4 No further instruction.
16.1 The bid prices shall be quoted in Philippine Pesos.
16.3 No further instructions.
17.1 Bids will be valid until September 25, 2023 (120 calendar days).
18.1 The bid security shall be in the form of a Bid Securing Declaration or any of the following forms and amounts:
1. The amount of not less than 60,200.00 [2% of ABC], if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;
2. The amount of not less than 150,500.00 [5% of ABC] if bid security is in Surety Bond.
18.2 The bid security shall be valid until September 25, 2023 (120 calendar days).
20.3 Each Bidder shall submit 1 (one) original and 2 (two) copies of the first and second components of its bid.
21 The address for submission of bids is Office of the BAC Chairman, J.P. Laurel St., Brgy. Poblacion, San Nicolas, Batangas.
The deadline for submission of bids is May 29, 2023 at 11:00 am.
24.1 The place of bid opening is Municipal Hall, Municipality of San Nicolas, Batangas
The date and time of bid opening is May 29, 2023 at 1:30 pm..
24.2 No further instructions.
24.3 No further instructions.
27.3 All infrastructure projects are packaged in lots listed below. Bidders shall have the option of submitting a proposal on any or all lots and evaluation and contract award will be undertaken on a per lot basis. Lots shall not be divided further into sub-lots for the purpose of bidding, evaluation, and contract award.
In all cases, the NFCC computation, must be sufficient for all the lots or contracts to be awarded to the Bidder.
27.4 No further instructions.
28.2 Other List of Required Updated Licenses:
DTI Business Name Registration or SEC Registration
Mayor’s Permit
Tax Payer Identification Number
PCAB
Tax Clearance
Philgeps Registration
Audited Financial Statement
31.4(f)
List additional contract documents relevant to the Project that may be required by existing laws and/or the Procuring Entity, such as construction schedule and S-curve, manpower schedule, construction methods, equipment utilization schedule, construction safety and health program approved by the Department of Labor and Employment, and PERT/CPM or other acceptable tools of project scheduling.