B ClassifiedAds 4 The Manila Times Republic of the Philippines
Department of Public Works and Highways National Capital Region
SECOND METRO MANILA ENGINEERING DISTRICT Bonifacio Drive
Port Area, Manila INVITATION TO BID
The Bids and Awards Committee (BAC) of the SECOND METRO MANILA ENGINEERING DISTRICT, DPWH, NCR, through the GAA 2010, invites contractors to bid for the aforementioned projects:
1. a. Contract ID : 10OC0078
b. Contract Name : Desilting/Cleaning of Makati – Pateros River (Phase V)
c. Contract Location : Makati City, Metro Manila d. Scope of Work
e. Approved Budget for the Contract (ABC) : Php 13,402,777.00 f. Contract Duration : 90 calendar days
2. a. Contract ID : 10OC0079
b. Contract Name : Concreting/Rehabilitation of Sun Valley and Sta. Ana Road System (Phase I), Barangay Sun Valley
c. Contract Location : Parañaque City, Metro Manila d. Scope of Work
e. Approved Budget for the Contract (ABC) : Php 9,573,412.70 f. Contract Duration : 60 calendar days
The BAC will conduct the procurement process in accordance with the Revised
IRR of R.A. 9184. Bids in excess of the ABC shall be automatically rejected at the opening of bid.
To bid for this contract, a contractor must submit a Letter of Intent (LOI) upon
payment of non-refundable fee of Php 1,000.00 and must meet the following major criteria: (a) prior registration with the DPWH, (b) Filipino Citizen or 75% Filipino-Owned partnership, corporation, cooperative, or joint venture, (c) with PCAB license applicable to the type and cost of this contract, (d) completion of a similar contract costing at least 50% of ABC within a period of 10 years, and (e) Net Financial Contracting Capacity at least equal to ABC, or credit line commitment for at least equal to 10% of ABC. The BAC will use non-discretionary pass/fail criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration
to the DPWH-POCW Central Office before the deadline for the receipt of LOI. The DPWH-POCW Central Office will only process contractor’s applications for registration, with complete requirements and issue the Contractor’s Certificate of Registration (CRC). Registration Forms may be downloaded at the DPWH website
www.dpwh.gov.ph.
The significant times and deadlines of procurement activities are shown below:
1. Issuance of Bidding Documents December 9 to 28, 2010 before 12:00 NN 2. Pre-Bid Conference
December 15, 2010 at 10:00 AM
3. Deadline of Receipt of Lois from December 23, 2010 Prospective Bidders 4. Receipt of Bids 5. Opening of Bids
Standard Form Number: SF-GOOD-05 Revised on: May 2005
December 28, 2010 on or before 12:00 NN December 28, 2010 at 2:00 PM
The BAC will issue hard copies of Bidding Documents (BD’s) at Second Metro Manila Engineering District, Bonifacio Drive, corner 8th
Street, Port Area, Manila,
upon payment of non-refundable fee of Php 3,000.00 for Items 1 and 2. Prospective bidders may also download the BD’s from the DPWH website, if available. Prospective bidders that will download the BD’s from the DPWH website shall pay the said fees on or before the submission of their bid documents. The Pre-Bid conference shall be open only to interested parties who have purchase the BD’s. Bids must be accompanied by a bid security, in the amount and acceptable form, as stated in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specified
in the BD’s in two (2) separate sealed bid envelopes to the BAC Chairman. The first envelope shall contain the technical component of the bid, eligibility requirements under Section 23.1 of the Revised IRR of R.A. 9184 and copy of the updated CRC. The second envelope shall contain the financial component of the bid. Contract will be awarded to the Lowest Calculated Responsive Bid as determined in the bid evaluation and the post-qualification.
The SECOND METRO MANILA ENGINEERING DISTRICT, DPWH, NCR, reserves
the right to accept or reject any bid, to annul the bidding process at any time prior Contract Award, without thereby incurring any liability to the affected bidder/s.
(SGD.) FRANCISCO N. GARCES Officer in Charge
Office of the Asst. District Engineer (BAC-Chairman)
Bonifacio Drive cor 8th MT – Dec. 9, 2010
To advertise at The Manila Times, email us at
advertising@manilatimes.net or call 524-5664 to 67
Republic of the Philippines
Department of Public Works and Highways OFFICE OF THE DISTRICT ENGINEER Isabela 2nd
District Engineering Office Roxas, Isabela
INVITATION TO BID The Bids and Awards Committee (BAC) of the DPWH-Isabela 2nd Contract ID Contract Name
Contract Location Scope of Work
: 010BF0126 : Rehabilitation of Farm to Market Road
: Bacnor-Dalig-NIA Access Road-San Miguel, Burgos, Isabela : RRG, RRP
Approved Budget for the Contract (ABC) : Php9,650,000.00 Contract Duration Cost of LOI Forms
: 120 Calendar Days : Php1,000.00
Cost of Bid Documents : Php20,000.00 The BAC will conduct the procurement process in accordance with the Revised IRR of R.A. 9184.
Bids received in excess of the ABC shall be automatically rejected at the opening of bid.
To bid for this contract, a contractor must submit a Letter of Intent (LOI), purchase bid documents and must meet the following major criteria: (a) prior registration with DPWH, (b) Filipino citizen or 75% Filipino-owned partnership, corporation, cooperative, or joint venture, (c) with PCAB license applicable to the type and cost of this contract, (d) completion of a similar contract costing at least 50% of ABC within a period of 10 years, and (e) Net Financial Contracting Capacity at least equal to ABC, or credit line commitment for at least 10% of ABC. The BAC will use non-discretionary pass/fail criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the DPWH-
Central Procurement Office (CPO), Manila, before the deadline for the receipt of LOI. The DPWH-CPO will only process contractor’s applications for registration with complete requirements and issue the Contractor’s Certificate of Registration (CRC). Registration Forms may be downloaded at the DPWH website
www.dpwh.gov.ph.
The significant times and deadlines of procurement activities are shown below: 1. Issuance of Bidding Documents
2. Pre-Bid Conference
3. Deadline of Receipt of LOIs from Prospective Bidders 4. Receipt of Bids 5. Opening of Bids
December 7-13, 2010 December 17, 2010
2:00 P.M., December 14, 2010 10:00 A.M., December 28, 2010 10:30 A.M., December 28, 2010
The BAC will issue hard copies of Bidding Documents (BD’s) at Isabela 2nd District Engineering
Office, Roxas, Isabela, upon payment of a non-refundable fee as stated above. Prospective bidders may also download the BD’s from the DPWH website, if available. Prospective Bidders that will download the BD’s from the DPWH website shall pay the said fees upon the submission of their Bid Documents. The Pre-Bid Conference shall be open only to interested parties who have purchased the BD’s. Bids must be accompanied by a bid security, in the amount and acceptable form, as stated in Section 27.2 of the Revised IRR.
Prospective Bidders shall submit their duly accomplished forms as specified in the BD’s in two
(2) separate sealed bid envelopes to the BAC Chairman. The first envelope shall contain the technical component of the bid, which shall include a copy of the CRC. The second envelope shall contain the financial component of the bid. Contract will be awarded to the Lowest Calculated Responsive Bids (LCRB) in the evaluation and post qualification.
The Isabela 2nd District Engineering Office, Roxas Isabela reserves the right to accept or reject
any bid and to annul the bidding process anytime before contract award, without incurring any liability to the affected bidders.
Approved by:
(SGD.) NELSON M. DOTON Administrative Officer III BAC Regular Member
DPWH-Isabela 2nd
Noted: (SGD.) EVELYN C. COSTALES, Ph.D. District Engineer
District Eng’ng. District Roxas, Isabela Tel. No.: (078) 642-8139 MT – Dec. 09, 2010 District Engineering Office, Roxas,
Isabela, through the FY 2010 GAA under R.A. No. 9970, invites contractors to bid for the aforementioned project(s):
MT – Dec. 9, 2010 Republic of the Philippines
Department of Public Works and Highways Region I
La Union 2nd District Engineering Office
OFFICE OF THE DISTRICT ENGINEER Natividad, Naguilian, La Union
INVITATION TO BID
The DPWH-LUSDEO, through its Bids and Awards Committee (BAC), invites contractors to apply to bid for the following contract(s):
1. Contract ID: 10-AF0070 Contract Name: Repair/Rehabilitation of Kennon Road Km. 214+000 – km. 215+000 Contract Location: 2nd
District of La Union
Scope of Work: Asphalt Overlay & Installation of Road Safety Devices Approved Budget for the Contract (ABC): Php 10,962,327.63 Contract Duration: 30 calendar days
Procurement will be conducted through open competitive bidding procedures in accordance
with R.A. 9184 and its Revised Implementing Rules and Regulations. To bid for this contract, a contractor must submit a Letter of Intent (LOI), purchase bid
documents and must meet the following major criteria: (a) prior registration with the DPWH, (b) Filipino citizen or 75% Filipino-owned partnership, corporation, cooperative or joint venture, (c) with PCAB license applicable to the type and cost of this contract, (d) Completion of a similar contract costing at least 50% of ABC within a period of 10 years, and (e) Net Financial Contracting Capacity at least equal to ABC, or credit line commitment at least equal to 10% of ABC. The BAC will use non-discretionary pass/fail criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the DPWH- POCW Central Office before the deadline for the receipt of LOI. The DPWH-POCW Central Office will only process contractors’ applications for registration with complete requirements and issue the Contractor’s Certificate of Registration (CRC). Registration Forms may be downloaded at the DPWH website
www.dpwh.gov.ph.
The significant times and deadlines of procurement activities are shown below: 1. Issuance of Bidding Documents
2. Pre-Bid Conference
3. Deadline Receipt of LOI from Prospective Bidders 4. Receipt of Bids 5. Opening of Bids
From: December 3 – December 22, 2010 December 9, 2010 December 16, 2010
Deadline: 12:00 PM December 22, 2010 2:00 PM December 22, 2010
The BAC will issue hard copies of Bidding Documents (BD’s) at DPWH-LUSDEO, Brgy. Natividad, Naguilian, La Union, upon payment of a non-refundable fee. Prospective bidders may also download the BD’s from the DPWH website, if available. Prospective bidders that will download the BD’s from the DPWH website shall pay the said fees on or before the submission of their bid Documents. Bids must accompanied by a Bid Security, in the amount and acceptable form, as stated in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specified in the BD’s in
two (2) separate sealed bid envelopes to the BAC Chairman. The first envelope shall contain the technical component of the bid, which shall include a copy of the CRC. The second envelope shall contain the financial component of the bid. Contact will be awarded to the lowest Calculated Responsive Bid as determined in the bid evaluation and post-qualification.
The DPWH-LUSDEO reserves the right to accept or reject any or all bid and to annul the bidding process anytime before Contract award, without incurring any liability to the affected bidders.
Note: Award subject to availability of funds.
CELESTINO D. CABREROS Engineer III BAC Chairman
NOTED:
ALFREDO C. DOCTOLERO, JR. OIC-District Engineer
MT – Dec. 09, 2010 Street, Port Area, Manila Tel. #304-39-79
Name of Project Location
Approved Budget for the Contract (ABC)
Delivery Period
Republic of the Philippines City Government of Manila
INVITATION TO BID
The City Government of Manila, through its Bids and Awards Committee (BAC), invites eligible suppliers/manufacturers/ distributors/contractors to bid for the hereunder project:
: A. Procurement of Various I.V. Fluids, Drugs and Medicines B. Procurement of Various Drugs and Medicines
: A. Ospital Ng Sampaloc B. Gat. Andres Bonifacio Memorial Medical Center
: A: P4,999,917.40 B: 4,712,872.00
: A. Twelve (12) calendar days B. Twelve (12) calendar days
Prospective eligible bidders must have completed, for a period of one (1) year (2009) prior to the submission of the bid for this project, a single contract that is similar to the contract to be bid, must be at least Fifty Percent (50%) of the ABC. However, in the case of Expendable Supplies, said single contract must be at least twenty five percent (25%) of the ABC.
All particulars relative to Eligibility Statement and Screening, Bid Security, Performance Security, Pre-Bidding Conference(s),
Evaluation of Bids, Post-Qualification and Award of Contract shall be governed by the pertinent provisions of R.A. 9184 and its Implementing Rules and Regulations (IRR-A).
The complete schedule of activities is listed, as follows: Activities
1.Issuance of Bid Documents
2. Deadline for the issuance of bid documents 3. Pre-bid Conference
4. Bidding proper; opening of bid envelopes. 5. Bid Evaluation
Schedule (2010)
A. December 9 – 27 B. December 9 - 27
A. December 27 – 9:00 a.m. B. December 27 – 9:00 a.m.
A. December 13 – 2:00 p.m. B. December 13 - 2:05 p.m.
A. December 27 - 2:15 p.m. B. December 27 - 2:20 p.m. December 28
The City Government of Manila reserves the right to accept or reject any Bid, to annul the bidding process, and to
reject 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:
LEANIE S. SANDING CGSO, Room 104, Manila City Hall Building 536-79-56/527-09-48
APPROVED BY: (SGD.) RAFAELITO M. GARAYBLAS Secretary to the Mayor and Chairman, BAC
: Concreting, Const. of Concrete Sidewalk, Curb & Gutter, CIM and Declogging
: Desilting/Cleaning including Disposal of Spoils MT – Dec. 9, 2010
Republic of the Philippines DIPOLOG CITY
BIDS AND AWARDS COMMITTEE INVITATION TO BID
The City Government of Dipolog, through its Bids and Awards Committee, hereby invites interested bidders/suppliers to apply for eligibility and to bid for the “Supply and Delivery of A-1 Recondition EX-200-3-Excavator,” viz:
Qty. Item Description 1 unit A-1 Recondition EX-200-3 EXCAVATOR
Specifications: - 6 Cylinder, 4 cycle Water Cooled, Direct Injection, Turbocharged Engine, with rated HP of 99kW (135HP)
- Track type undercarriage - Bucket Capacity, 0.45 – 1.00 cu.m.
Schedule of Activities: Activities
1. Issuance of Bid Documents 2. Pre-Bid Conference
and Eligibility Documents 4. Bid Opening
Date
November 28, 2010 December 02, 2010
3. Deadline for Submission of Bids December 16, 2010 December 16, 2010
Time Place
Office Hours BAC Office 2:00 PM BAC Office 2:00 PM BAC Office
2:00 PM BAC Office Interested bidders may secure bidding documents from the BAC Secretariat, City Hall Annex
Building, Dipolog City, upon payment of a non-refundable fee of Php1,300.00. All bids must be accompanied by a Bid Security in the form of cash equivalent to 2% of the ABC to be deposited at the Office of the City Treasurer, proof of payment (original Official Receipt) of which shall be submitted to the BAC. Bidding will be conducted through open competitive bidding procedures using non-discretionary “pass/fail” criteria as specified in the IRR of RA 9154, otherwise known as the Government Procurement Reform Act.
The City Government of Dipolog reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.
SANCEN D. CARORO City Treasurer and BAC Chairman
MT – Dec. 9, 2010
Approved Budget for the Contract (ABC) (Pesos) 4,450,000.00
(SG-21) THURSDAY D e cember 9, 2010 Republic of the Philippines
COMMISSION ON INFORMATION AND COMMUNICATIONS TECHNOLOGY NATIONAL TELECOMMUNICATIONS COMMISSION
NOTICE OF VACANCY In compliance with RA 7041
Position Title/SG Item Number Attorney III
Agency: NATIONAL TELECOMMUNICATIONS COMMISSION Qualification
OP-PROPERB-ATY3 • Education: Bachelor -36-2009
Standard of Laws
• Experience: 1 year of relevant experience
• Training: 4 hours of relevant training
• Eligibility: RA 1080 MT –Dec. 9, 2010
Organizational Unit Assignment
NTC Regional Office No. III San Fernando, Pampanga
ERRATUM / NOTICE OF CORRECTION
Below is the revised contract of the project scheduled for bidding on December 23, 2010 and published in The Manila Times on December 7, 2010, to wit:
265 Name of Project : Janitors for Posting at Different Offices and Hospitals of the Provincial Government of Laguna from January 1 to December 31, 2011 with total ABC of P14,197,560.00:
Offices/Hospitals
5. Nagcarlan District Hospital 6. Majayjay Medicare Hospital
Number of Janitors 4 2
ABC
P597,792.00 P298,896.00
Approved by: (Sgd.) ATTY. SHERWIN MARC ARCEGA LINDO BAC Chairman
PHILIPPINE HEART CENTER East Avenue, Quezon City In compliance to RA 7041
NURSE V: SG-20; BS Nursing; 2 yrs. rel. exp. 8 hrs. rel. training; RA 1080; Item #s 471-474, 487-496, 811-819 NURSE III; SG-17; BS Nursing; 1 yr. rel. experience; 4 hrs. rel. training, RA 1080; Item #’s 497-665, 820-880 NURSE II; SG-15; BS Nursing; 1 yr. rel. experience; 4 hrs. rel. training; RA 1080; Item #’s 666-734, 881-976 MT – Dec. 9, 2010
REPUBLIC OF THE PHILIPPINES REGIONAL TRIAL COURT
NATIONAL CAPITAL JUDICIAL REGION BRANCH 142 MAKATI CITY
RE: IN THE MATTER OF THE PETITION FOR THE TRANSFER OF TITLE OF TRANSFER CERTIFICATE OF TITLE
NO. 140157 IN THE NAME OF
MADONNA L. PLATA & THE CONSOLIDATION OF SAID TRANSFER CERTIFICATE OF TITLE AFTER THE TRANSFER AND TRANSFER CERTIFICATE OF TITLE NO. 194682 OF THE REGISTRY OF DEEDS OF MAKATI
MADONNA L. PLATA, as represented by her Attorney-in-Fact, FRANCIS MICHAEL P. Y AMBAO, Petitioner,
- versus -
THE REGISTRY OF DEEDS OF MAKATI CITY, Respondent.
x—————————————x ORDER
This is a verified Petition for the Transfer of Title of Transfer Certificate of Title No. 140157 in the name of Madonna L. Plata and the Consolidation of said Transfer Certificate of Title After the Transfer and Transfer Certificate of Title No. 194682 of the Registry of Deeds of Makati City, filed by the petitioner thru her Attorney-in-Fact, Francis Michael P. Yambao.
Finding the petition to be sufficient in form and substance, this Court hereby set the same for hearing on January 24, 2010 at 8:30 o’clock in the morning at the 33rd Floor, New City Hall Building, F. Zobel Street, Makati City at which date, time and place, all persons concerned may appear and show cause, if there be any, why this petition should not be granted by the Court.
Accordingly, herein petitioner is hereby ordered to have this Order published in a newspaper
of general circulation chosen by raffle, once a week for three (3) consecutive weeks, the last publication of which shall not be less than one (1) month before the schedule date of hearing.
Likewise, let copies of this Order be posted by the Process Server of the Court at the expense of the petitioner, at the respective bulletin boards of the Court, of the City Hall of Makati and at the Barangay Hall/s of the place/s where the property/ies is/are situated for at least three (3) weeks before the scheduled date of hearing.
Let copy of this Petition and this Order be served upon the Office of the Solicitor General,
the Register of Deeds and the Bureau of Internal Revenue, both of Makati City, and the office of the Land Registration Authority, whose concerned officer/s are hereby directed to make their respective entry of appearance/s if deemed necessary, within fifteen (15) days from notice.
Lastly, the petitioner is hereby required to submit on or before the date of hearing
aforestated a Certification issued by the Register of Deeds of Makati City, stating therein among others, that the complete records of Certificate of Title No. 140157 and 194682 including certified true copies thereof are kept intact in the said office.
SO ORDERED. Given this 7th day of October, 2010 at Makati City.
MT – Dec. 2, 9 & 16, 2010
(SGD.) DINA PESTAÑO TEVES Presiding Judge
LRC CASE NO. M-5334 NOTICE
Notice is hereby given that the estate of the late spouses SEVERINO FRANCISCO and ROSILA SOPOCO FRANCISCO has been extrajudicially settled among their heirs pursuant to the Extrajudicial Settlement of Estate executed by the heirs recorded as Doc. No. 396, Page No. 80, Book No. 9, Series of 2010 of Makati City, Notary Public, Atty. Nestor G. Pinlac.
MT – Dec. 9, 13 & 20, 2010
Medju managers
A Greenhills based boutique / dress shop has job opening for the ff:
EXECUTIVE ASSISTANT SALES AND MARKETING
Qualifications: · College graduate · W/minimum of 2 yrs working experience handling a boutique shop, RTW & other fashion accessories sales.
DRESS SEWERS
Qualifications: · With minimum of 3 years working experience. · Can start immediately
ACCOUNTANT
Qualifications: · Minimum of five years working experience · Can start immediately
DRESS CUTTER WANTED IMMEDIATELY
The Manila Times Publishing Corporation is in need of the following: ACCOUNT EXECUTIVES
Requirements: · Graduate of any 4-year course · Male/Female, not more than 30 years old · Must have pleasing personality · With 2-3 years sales or account management experience · With good communication and interpersonal skills · Must have excellent negotiation skills and can handle pressure · Driven, resourceful, results-oriented · Willing to do fieldwork
ACCOUNTING ASSISTANT
Requirements · Female · BS Accounting graduate · Minimum of 2 years experience is an advantage · Computer Literate · With good communication and interpersonal skills · Must have excellent negotiation skills and can handle pressure · Driven, resourceful, results-oriented
Please e-mail your resume at
hrd@manilatimes.net or you may apply personally at DAAA Building, 409 A. Soriano Avenue, Intramuros, Manila (formerly TRB Building) or you may call 524-5664 local 217 and look for SJ.
Qualifications: · With minimum of 3 years working experience. · Can start immediately
BOUTIQUE STORE SUPERVISOR
Qualifications: · Female · At least 2 yrs. working experience · Can start immediately
Email to
foxsquareman@yahoo.com
Republic of the Philippines
Department of Public Works and Highways Region I
La Union 2nd District Engineering Office
OFFICE OF THE DISTRICT ENGINEER Natividad, Naguilian, La Union
INVITATION TO BID
The DPWH-LUSDEO, through its Bids and Awards Committee (BAC), invites contractors to apply to bid for the following contract(s):
1. Contract ID: 10-AF0071 Contract Name: Repair/Rehabilitation of Bauang-Baguio City Rd. Km. 259+080 – km. 260+000 Contract Location: 2nd
District of La Union
Scope of Work: Asphalt Overlay & Installation of Road Safety Devices Approved Budget for the Contract (ABC): Php 8,337,440.40 Contract Duration: 25 calendar days
Procurement will be conducted through open competitive bidding procedures in accordance
with R.A. 9184 and its Revised Implementing Rules and Regulations. To bid for this contract, a contractor must submit a Letter of Intent (LOI), purchase bid
documents and must meet the following major criteria: (a) prior registration with the DPWH, (b) Filipino citizen or 75% Filipino-owned partnership, corporation, cooperative or joint venture, (c) with PCAB license applicable to the type and cost of this contract, (d) Completion of a similar contract costing at least 50% of ABC within a period of 10 years, and (e) Net Financial Contracting Capacity at least equal to ABC, or credit line commitment at least equal to 10% of ABC. The BAC will use non-discretionary pass/fail criteria in the eligibility check and preliminary examination of bids.
Unregistered contractors, however, shall submit their applications for registration to the DPWH- POCW Central Office before the deadline for the receipt of LOI. The DPWH-POCW Central Office will only process contractors’ applications for registration with complete requirements and issue the Contractor’s Certificate of Registration (CRC). Registration Forms may be downloaded at the DPWH website
www.dpwh.gov.ph.
The significant times and deadlines of procurement activities are shown below: 1. Issuance of Bidding Documents
2. Pre-Bid Conference
3. Deadline Receipt of LOI from Prospective Bidders 4. Receipt of Bids 5. Opening of Bids
From: December 3 – December 22, 2010 December 9, 2010 December 16, 2010
Deadline: 12:00 PM December 22, 2010 2:00 PM December 22, 2010
The BAC will issue hard copies of Bidding Documents (BD’s) at DPWH-LUSDEO, Brgy. Natividad, Naguilian, La Union, upon payment of a non-refundable fee. Prospective bidders may also download the BD’s from the DPWH website, if available. Prospective bidders that will download the BD’s from the DPWH website shall pay the said fees on or before the submission of their bid Documents. Bids must accompanied by a Bid Security, in the amount and acceptable form, as stated in Section 27.2 of the Revised IRR.
Prospective bidders shall submit their duly accomplished forms as specified in the BD’s in
two (2) separate sealed bid envelopes to the BAC Chairman. The first envelope shall contain the technical component of the bid, which shall include a copy of the CRC. The second envelope shall contain the financial component of the bid. Contact will be awarded to the lowest Calculated Responsive Bid as determined in the bid evaluation and post-qualification.
The DPWH-LUSDEO reserves the right to accept or reject any or all bid and to annul the bidding process anytime before Contract award, without incurring any liability to the affected bidders.
Note: Award subject to availability of funds.
CELESTINO D. CABREROS Engineer III BAC Chairman
NOTED:
ALFREDO C. DOCTOLERO, JR. OIC-District Engineer
MT – Dec. 09, 2010
Page 1 |
Page 2 |
Page 3 |
Page 4 |
Page 5 |
Page 6 |
Page 7 |
Page 8 |
Page 9 |
Page 10 |
Page 11 |
Page 12 |
Page 13 |
Page 14