You are on page 1of 2

Metropolitan Cebu Water District

Bids and Awards Committee 2 FM-PUR-004


ABSTRACT OF BIDS AS READ

Contract Name : Procurement of Liquid Chlorine


Location : MCWD Talamban Warehouse
Approved Budget for the Contract : PhP 3,493,459.20 27984-001
3,752,636.80 27926-001
7,246,096.00
Date and Time of Bid Opening : November 24, 2020 - 9:30 A.M.

APPROVED BUDGET
PARTICULARS FOR THE MABUHAY VINYL CORPORATION
CONTRACT (ABC)

P 7,246,096.00
1st Envelope (Eligibility Documents)
Class "A" Documents
Legal Documents
(a.1) PhilGEPS Registration and Membership (Platinum) Ref No. 200309146801699853917 Sept 25, 2021 PASS
Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration SEC 216 July 11, 1996 PASS

Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located Makati City 35269 December 31, 2020 PASS

Tax Clearance LTS-116-07-09-0173-2020 July 9, 2021 PASS

Audited financial statements, 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 bid submission YR 2019 Received by BIR June 26, 2020 PASS

(a.2) Statement of all its ongoing government and private contracts within the period stated in the, including contracts awarded but not yet started, if any 1,457,903.71 PASS
with NOA, NTP, Sales Invoice
Statement of the Bidder’s SLCC similar to the contract to be bid, within the relevant period as provided in the BDS. PASS
MCWD Supply and Delivery of Liquid Chlorine PhP
3,725,704.00 with NOA, NTP, Contract, PO, Sales
(a.3) Invoice, OR, Sales Order
(a.4) Original copy of Prospective Bidder's computation of its Net Financial Contracting Capacity (NFCC) 24,741,476.03 PASS
The NFCC is as follows: sufficient
K = 15

Class "B" Documents

Technical Proposal
(a) Bid Securing Declaration; Bid Securing Declaration PASS
Bid Security
Cash, certified check, cashier's check,
manager's check, bank draft or irrevocable
letter of credit

Bank Guarantee

Surety Bond

(b) Schedule of Requirements comply for both PASS

(c) Technical Specifications; comply for both PASS

(h) Omnibus Sworn Statement complete PASS

2nd Envelope (Financial Proposal)


a. Duly signed Bid Price in the prescribed Bid Form (PhP) PASS
27984-001 Liquid Chlorine, 336 Cylinders, 68 kg. for every cylinder (content only) 10,397.20 3,493,459.20
27926-001 Liquid Chlorine, 76 Containers, 1 Ton for every Container (content only) 49,360.00 3,751,360.00

b. Schedule of Prices PASS


REMARKS : SINGLE ELIGIBLE BID

ELMER R. DE GUZMAN PACIENCIO T. QUIMSON ANDREW L. MAGNO ELSON C. ENGLIS


BAC 2 Chairman BAC 2 Vice-Chairman BAC 2 Member BAC 2 Member BAC 2 Member

ANNA LIZA M. RODIL MARION THURSDAY A. REGUDO MICHAEL A. DIOLA ARVIN JOHN M. JALUAGUE ROEL A. PANEBIO ENRIQUITO A. OUANO
TWG Chairman TWG Member TWG Member TWG Member TWG Member TWG Member
Metropolitan Cebu Water District
Bids and Awards Committee 2 FM-PUR-004
ABSTRACT OF BIDS AS CALCULATED

Contract Name : Supply, Delivery and Installation of New 1000KVA Power Transformer and Cables to Replace the Existing Defective Transformer and Cables at MCWD Main Office Building
Location : MCWD Main Office
Approved Budget for the Contract : PhP 4,920,009.60 98400.192
Date and Time of Bid Opening : January 19, 2021 - 9:30 A.M.

APPROVED BUDGET
PARTICULARS FOR THE LJ INDUSTRIAL FABRICATION INC.
CONTRACT (ABC)

P 4,920,009.60
1st Envelope (Eligibility Documents)
Class "A" Documents
Legal Documents
(a.1) PhilGEPS Registration and Membership (Platinum) none
Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration

Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located

Tax Clearance

Audited financial statements, 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 bid submission

(a.2) Statement of all its ongoing government and private contracts within the period stated in the, including contracts awarded but not yet started, if any 1,373,807,123.11
with PO
Statement of the Bidder’s SLCC similar to the contract to be bid, within the relevant period as provided in the BDS.

(a.3) no supporting document


(a.4) Original copy of Prospective Bidder's computation of its Net Financial Contracting Capacity (NFCC)
The NFCC is as follows:
K = 15

Class "B" Documents

Technical Proposal
(a) Bid Securing Declaration; none
Bid Security
Cash, certified check, cashier's check,
manager's check, bank draft or irrevocable
letter of credit

Bank Guarantee

Surety Bond

(b) Schedule of Requirements PASS

(c) Technical Specifications; PASS with brochure

(h) Omnibus Sworn Statement NON COMPLIANT WITH THE PRESCRIBED FORM

2nd Envelope (Financial Proposal)


a. Duly signed Bid Price in the prescribed Bid Form (PhP)

b. Schedule of Prices
REMARKS : INELIGIBLE BID

ELMER R. DE GUZMAN PACIENCIO T. QUIMSON ANDREW L. MAGNO ELSON C. ENGLIS


BAC 2 Chairman BAC 2 Vice-Chairman BAC 2 Member BAC 2 Member BAC 2 Member

ANNA LIZA M. RODIL MARION THURSDAY A. REGUDO MICHAEL A. DIOLA ARVIN JOHN M. JALUAGUE ROEL A. PANEBIO ENRIQUITO A. OUANO
TWG Chairman TWG Member TWG Member TWG Member TWG Member TWG Member

You might also like