0% found this document useful (0 votes)
10 views59 pages

668750eb667221720144107PBD-PB-07!24!2024-01-Major Imprvt. of 2 Storey Multi-Purpose Pasig Bliss II Caliwag

The document outlines the Philippine Bidding Documents for the major improvement of a two-storey multi-purpose building and perimeter fence in Pasig City, with an approved budget of PHP 4,437,418.76. It details the bidding process, eligibility requirements, and submission guidelines for interested bidders, including important dates such as the pre-bid conference and bid submission deadlines. The bidding will follow open competitive procedures, and bids exceeding the budget will be rejected.

Uploaded by

Balatan Rennen
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
10 views59 pages

668750eb667221720144107PBD-PB-07!24!2024-01-Major Imprvt. of 2 Storey Multi-Purpose Pasig Bliss II Caliwag

The document outlines the Philippine Bidding Documents for the major improvement of a two-storey multi-purpose building and perimeter fence in Pasig City, with an approved budget of PHP 4,437,418.76. It details the bidding process, eligibility requirements, and submission guidelines for interested bidders, including important dates such as the pre-bid conference and bid submission deadlines. The bidding will follow open competitive procedures, and bids exceeding the budget will be rejected.

Uploaded by

Balatan Rennen
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 59

+-

PB-07-24-2024-01

PHILIPPINE BIDDING DOCUMENTS

Name of Project/Location : Major Improvement


of Two (2) Storey Multi-Purpose Building
and Perimeter Fence at Pasig Bliss Village
II, Caliwag, Brgy. Pinagbuhatan, Pasig
City

Approved Budget for the Contract: P 4,437,418.76

Government of the Republic of the Philippines

Sixth Edition
July 2020
Preface

These Philippine Bidding Documents (PBDs) for the procurement of Infrastructure


Projects (hereinafter referred to also as the “Works”) through Competitive Bidding have been
prepared by the Government of the Philippines for use by all branches, agencies,
departments, bureaus, offices, or instrumentalities of the government, including government-
owned and/or -controlled corporations, government financial institutions, state universities
and colleges, local government units, and autonomous regional government. The procedures
and practices presented in this document have been developed through broad experience, and
are for mandatory use in projects that are financed in whole or in part by the Government of
the Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations
(IRR) of Republic Act (RA) No. 9184.

The PBDs are intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.

The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv) the
obligations, duties, and/or functions of the winning Bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.

Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:

a. All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Projects. However, they should be adapted as
necessary to the circumstances of the particular Project.

b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.

c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, and Bill of Quantities are not part of the text of the
final document, although they contain instructions that the Procuring Entity
should strictly follow.

d. The cover should be modified as required to identify the Bidding Documents


as to the names of the Project, Contract, and Procuring Entity, in addition to
date of issue.

1
e. Modifications for specific Procurement Project details should be provided in
the Special Conditions of Contract as amendments to the Conditions of
Contract. For easy completion, whenever reference has to be made to specific
clauses in the Bid Data Sheet or Special Conditions of Contract, these terms
shall be printed in bold typeface on Sections I (Instructions to Bidders) and III
(General Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.

2
TABLE OF CONTENTS

GLOSSARY OF........................................................................................................5
TERMS, ABBREVIATIONS, AND ACRONYMS .........................................................5
SECTION II. INSTRUCTIONS TO BIDDERS .......................................................... 11
1. Scope of Bid ............................................................................................................12
2. Funding Information ...............................................................................................12
3. Bidding Requirements .............................................................................................12
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................12
5. Eligible Bidders .......................................................................................................13
6. Origin of Associated Goods ....................................................................................13
7. Subcontracts ............................................................................................................13
8. Pre-Bid Conference .................................................................................................13
9. Clarification and Amendment of Bidding Documents............................................14
10. Documents Comprising the Bid: Eligibility and Technical Components ...............14
11. Documents Comprising the Bid: Financial Component .........................................14
12. Alternative Bids ......................................................................................................15
13. Bid Prices ................................................................................................................15
14. Bid and Payment Currencies ...................................................................................15
15. Bid Security.............................................................................................................15
16. Sealing and Marking of Bids...................................................................................15
17. Deadline for Submission of Bids ............................................................................16
18. Opening and Preliminary Examination of Bids ......................................................16
19. Detailed Evaluation and Comparison of Bids .........................................................16
20. Post Qualification ....................................................................................................16
21. Signing of the Contract ...........................................................................................17
BAC CHAIRPERSON ................................................................................................. 21
SECTION III. BID DATA SHEET ......................................................................... 22
SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 27
1. Scope of Contract ....................................................................................................27
2. Sectional Completion of Works ..............................................................................27
3. Possession of Site ....................................................................................................27
4. The Contractor’s Obligations ..................................................................................27
5. Performance Security ..............................................................................................28

3
6. Site Investigation Reports .......................................................................................28
7. Warranty..................................................................................................................28
8. Liability of the Contractor.......................................................................................28
9. Termination for Other Causes .................................................................................28
10. Dayworks ................................................................................................................29
11. Program of Work.....................................................................................................29
12. Instructions, Inspections and Audits .......................................................................29
13. Advance Payment....................................................................................................29
14. Progress Payments ..................................................................................................29
15. Operating and Maintenance Manuals......................................................................30
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 31
SECTION VI. SPECIFICATIONS ........................................................................... 33
SECTION VII. DRAWINGS .................................................................................. 35
SECTION VIII. BILL OF QUANTITIES ................................................................ 36
SECTION IX. CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTS ........ 38

4
Glossary of
Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to


and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])

Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.

Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in
these Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or
consultant.

CPI – Consumer Price Index.

5
DOLE – Department of Labor and Employment.

DTI – Department of Trade and Industry.

Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose


funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,
whether in the nature of equipment, furniture, stationery, materials for construction, or
personal property of any kind, including non-personal or contractual services such as the
repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,
security, and related or analogous services, as well as procurement of materials and supplies
provided by the Procuring Entity for such services. The term “related” or “analogous
services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of
the Procuring Entity. (2016 revised IRR, Section 5[r])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB
Circular No. 06-2019 dated 17 July 2019)
6
PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

UN – United Nations.

7
Section I. Invitation to Bid

Notes on the Invitation to Bid


The Invitation to Bid (IB) provides information that enables potential Bidders to decide
whether to participate in the procurement at hand. The IB shall be posted in accordance
with Section 21.2 of the 2016 revised IRR of RA No. 9184.

Apart from the essential items listed in the Bidding Documents, the IB should also indicate
the following:

a. The date of availability of the Bidding Documents, which shall be from the time the
IB is first advertised/posted until the deadline for the submission and receipt of
bids;

b. The place where the Bidding Documents may be acquired or the website where it
may be downloaded;

c. The deadline for the submission and receipt of bids; and

d. Any important bid evaluation criteria.

The IB should be incorporated into the Bidding Documents. The information contained in
the IB must conform to the Bidding Documents and in particular to the relevant
information in the Bid Data Sheet.

8
Section I. Invitation to Bid
Invitation to Bid for Major Improvement of Two (2) Storey Multi-Purpose Building and
Perimeter Fence at Pasig Bliss Village II, Caliwag, Brgy. Pinagbuhatan, Pasig City.

1. The City Government of Pasig, through the Annual or Supplemental Budget, as


approved by the Sanggunian intends to apply the sum of PHP 4,437,418.76 being the
Approved Budget for the Contract (ABC) to payments under the contract Major
Improvement of Two (2) Storey Multi-Purpose Building and Perimeter Fence at
Pasig Bliss Village II, Caliwag, Brgy. Pinagbuhatan, Pasig City. Bids received in
excess of the ABC for each lot shall be automatically rejected at bid opening.

2. The City Government of Pasig now invites bids for the above Procurement Project.
Completion of the Works is required 180 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 (Instructions 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 (RA) No. 9184.

4. Interested bidders may obtain further information from City Government of Pasig and
inspect the Bidding Documents at the address given below from 8:00 A.M. to 5:00
P.M. office hours.

5. A complete set of Bidding Documents may be acquired by interested bidders on


July 5, 2024 from given address and website/s 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. The Procuring Entity shall allow the
bidder to present its proof of payment for the fees presented in person.

6. The City Government of Pasig will hold a Pre-Bid Conference1 on July 12, 2024,
1:30 P.M., at 7th Floor Aquarium Pasig City Hall which shall be open to
prospective bidders.

7. Bids must be duly received by the Procurement Management Office (BAC


Secretariat Office) through manual submission at the office address as indicated
below, on or before 9:30 A.M. of July 24, 2024. Late bids shall not be accepted.

8. All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 16.

9
9. Bid opening shall be on July 24, 2024 at 10:00 A.M. at the given address below 7th
Floor Aquarium, Pasig City Hall. Bids will be opened in the presence of the
bidders’ representatives who choose to attend the activity.
10. The address for submission of bids is at the Procurement Management Office
(BAC Secretariat Office), 4th Floor Pasig City Hall Caruncho Avenue, San Nicolas
Pasig City. The deadline for submission of bids is on or before 9:30 A.M. of July
24, 2024.
Each Bidder shall submit ONE (1) SEALED MOTHER ENVELOPE containing:

1. ORIGINAL (SEALED AND LABELED)

1.1. Hard Copy Original Technical Components and

1.2. Hard Copy Original Financial Components and

1.3 One (1) USB Flash Drive containing scanned P.D.F. Documents of the Original
Technical Components and Original Financial Components.

2. COPY 1 (SEALED AND LABELED)

2.1. One (1) USB Flash Drive or CD sealed and labeled as “COPY 1” containing
scanned P.D.F Documents of Technical and Financial Components.
11. The City Government of Pasig 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 Sections 35.6 and 41 of the 2016 revised Implementing Rules and
Regulations (IRR) of RA No. 9184, without thereby incurring any liability to the
affected bidder or bidders.
12. For further information, please refer to:
ATTY. BEA THERESE P. VILLANUEVA
Officer in Charge, Procurement Management Office
CITY GOVERNMENT OF PASIG
Procurement Management Office, 4th Floor, Pasig City Hall,
Caruncho Ave., San Nicolas Pasig City
[email protected]
8643-1111 loc. 1461
13. You may visit the following websites:
For downloading of bidding documents
PS-Philgeps Website
Pasig City Website
July 5, 2024 SGD.
ATTY. JOSEPHINE C. LATI-BAGAOISAN
BAC Chairperson

10
Section II. Instructions to Bidders

Notes on the Instructions to Bidders

This Section on the Instruction to Bidders (ITB) provides the information necessary for
bidders to prepare responsive bids, in accordance with the requirements of the Procuring
Entity. It also provides information on bid submission, eligibility check, opening and
evaluation of bids, post-qualification, and on the award of contract.

11
Section II. Instructions to Bidders
1. Scope of Bid
The Procuring Entity, City Government of Pasig invites Bids for the Major
Improvement of Two (2) Storey Multi-Purpose Building and Perimeter Fence at
Pasig Bliss Village II, Caliwag, Brgy. Pinagbuhatan, Pasig City, with Project
Identification Number PB-07-24-2024-01.

[Note: The Project Identification Number is assigned by the Procuring Entity based
on its own coding scheme and is not the same as the PhilGEPS reference number,
which is generated after the posting of the bid opportunity on the PhilGEPS website.]

The Procurement Project (referred to herein as “Project”) is for the construction of


Works, as described in Section VI (Specifications).

2. Funding Information
2.1. The GOP through the source of funding as indicated below for CY 2024 in the
amount of PHP 4,437,418.76.

2.2. The source of funding is:

LGUs, the Annual or Supplemental Budget, as approved by the


Sanggunian.

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the
site, determined the general characteristics of the contracted Works and the conditions
for this Project, such as the location and the nature of the work; (b) climatic
conditions; (c) transportation facilities; (c) nature and condition of the terrain,
geological conditions at the site communication facilities, requirements, location and
availability of construction aggregates and other materials, labor, water, electric
power and access roads; and (d) other factors that may affect the cost, duration and
execution or implementation of the contract, project, or work and examine all
instructions, forms, terms, and project requirements in the Bidding Documents.

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices


12
The Procuring Entity, as well as the Bidders and Contractors, shall observe the
highest standard of ethics during the procurement and execution of the contract. They
or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.

5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at
least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to
current prices using the PSA’s CPI, except under conditions provided for in
Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the


major categories of work stated in the BDS.

5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of
the 2016 IRR of RA No. 9184.

6. Origin of Associated Goods


There is no restriction on the origin of Goods other than those prohibited by a
decision of the UN Security Council taken under Chapter VII of the Charter of the
UN.

7. Subcontracts
7.1. The Procuring Entity has prescribed that:

a. Subcontracting is not allowed.

7.2 Subcontracting of any portion of the Project does not relieve the Contractor of
any liability or obligation under the Contract. The Supplier will be
responsible for the acts, defaults, and negligence of any subcontractor, its
agents, servants, or workmen as fully as if these were the Contractor’s own
acts, defaults, or negligence, or those of its agents, servants, or workmen.

8. Pre-Bid Conference

13
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.

10. Documents Comprising the Bid: Eligibility and Technical


Components
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by
the appropriate Philippine foreign service establishment, post, or the
equivalent office having jurisdiction over the foreign bidder’s affairs in the
Philippines. For Contracting Parties to the Apostille Convention, only the
translated documents shall be authenticated through an apostille pursuant to
GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation
shall govern, for purposes of interpretation of the bid.

10.3. A valid special PCAB License in case of Joint Ventures, and registration for
the type and cost of the contract for this Project. Any additional type of
Contractor license or permit shall be indicated in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project


Engineers, Materials Engineers, and Foremen) assigned to the contract to be
bid, with their complete qualification and experience data shall be provided.
These key personnel must meet the required minimum years of experience set
in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.

11. Documents Comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents.

14
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.

12. Alternative Bids


Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings and
specifications. Unless there is a value engineering clause in the BDS, alternative Bids
shall not be accepted.

13. Bid Prices


All bid prices for the given scope of work in the Project as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as determined by
the NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract
Price Escalation guidelines.

14. Bid and Payment Currencies


14.1. Bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.

14.2. Payment of the contract price shall be made in:

a. Philippine Pesos

15. Bid Security


15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.

15.2. The Bid and bid security shall be valid until 120 calendar days. Any bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.

16. Sealing and Marking of Bids


Each Bidder shall submit one copy of the first and second components of its Bid.

15
The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic
copy of its Bid, which must be digitally signed. An electronic copy that cannot be
opened or is corrupted shall be considered non-responsive and, thus, automatically
disqualified.

17. Deadline for Submission of Bids


The Bidders shall submit on the specified date and time and either at its physical
address or through online submission as indicated in paragraph 7 of the IB.

18. Opening and Preliminary Examination of Bids


18.1. The BAC shall open the Bids in public at the time, on the date, and at the
place specified in paragraph 9 of the IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case
videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation
of all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as
indicated in the BDS shall be received by the same deadline and opened and
evaluated simultaneously so as to determine the Bid or combination of Bids
offering the lowest calculated cost to the Procuring Entity. Bid Security as
required by ITB Clause 16 shall be submitted for each contract (lot)
separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for
all the lots participated in by the prospective Bidder.

20. Post Qualification

16
Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS), and other appropriate licenses and
permits required by law and stated in the BDS.

21. Signing of the Contract


The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184
shall form part of the Contract. Additional Contract documents are indicated in the
BDS.

17
INSTRUCTION TO BIDDERS

PROJECT : Major Improvement of Two (2) Storey Multi-Purpose Building and

Perimeter Fence at Pasig Bliss Village II, Caliwag, Brgy. Pinagbuhatan, Pasig City

Date : July 5, 2024

This shall form an integral part of the Bid Documents.

1. Bidders are requested to organize and submit their bids on the following requirements:

1. Submit First (1st ) Envelope containing one (1) hardcopy of the ORIGINAL Technical
Component, including the Eligibility Requirements. 1st Envelope shall be sealed and
labeled as “ORIGINAL TECHNICAL COMPONENT”.

2. Submit Second (2nd) Envelope containing one (1) hard copy of the ORIGINAL Financial
Component. 2nd Envelope shall be sealed and labeled as “ORIGINAL FINANCIAL
COMPONENT”.

3. Submit USB Flash Drive containing one (1) soft/scanned copy of the ORIGINAL
Technical Component and Financial Component;

Note: The 1st Envelope, 2nd Envelope and the USB flash drive containing the
soft/scanned copy of the original technical and financial components shall be
enclosed in a single envelope, sealed and labeled as “ORIGINAL BID”.

4. Submit USB Flash Drive containing one (1) soft/scanned copy of the Technical
Component and Financial Component. USB flash drive shall be enclosed in a separate
envelope, sealed and labeled as “COPY1”.

5. The “ORIGINAL BID” and “COPY 1” envelopes shall be enclosed in a single MOTHER
ENVELOPE sealed and properly labeled.

*Sections of the bid shall be separated by dividers, proper tabs;

*NO scratch papers.

18
All envelopes (1st Envelope, 2nd Envelope, Original Bid Envelope, Copy 1 Envelope and
Mother Envelope) shall be labeled as follows:

 Addressed to the procuring entity’s BAC Chairperson


 Name of the project/contract to be bid
 Name, address and contact details of the bidder including e-mail address
 “DO NOT OPEN BEFORE <bid opening date and time>”

 Unsealed or unmarked bid envelopes shall be rejected. However, bid envelopes that
are not properly sealed and marked, as required in the bidding documents, shall be
accepted, provided that the bidder or its duly authorized representative shall
acknowledge such condition of the bid as submitted. The Procuring Entity shall not be
responsible for misplaced Bidding Documents and premature opening.

BIDDING DOCUMENTS AVAILABILITY AND FEE

 Bidding Documents:

 July 5, 2024 to July 24, 2024 until 9:30 A.M.

 8:00 am to 5:00 pm and upon payment of applicable fees for the Bidding
Documents at the City Treasurer’s Office.

 Bidders shall pay the applicable fee for the Bidding Documents not later than the
submission of their bids.

 Standard rates for bidding documents

Approved Budget for the Contract Maximum Cost of Bidding


Documents

500,000 and below P500.00


More than 500,000 up to 1 million 1,000.00
More than 1 million up to 5 million 5,000.00
More than 5 million up to 10 million 10,000.00
More than 10 million up to 50 million 25,000.00
More than 50 million up to 500 million 50,000.00
More than 500 million 75,000.00

INSTRUCTION TO BIDDERS ON PAYMENT OF BIDDING DOCUMENTS

 Secure Order of Payment for the bidding documents at the Procurement


Management Office, 4th Floor Pasig City Hall.

19
 Proceed to City Treasurer’s Office, 1st Floor Pasig City Hall for the payment of
bidding documents.

 Mode of payment: Cashier Manager’s/Cashier’s Check payable to City Government of Pasig


 Personal Check shall not be accepted.

 Present the Official Receipt to the BAC Secretariat’s Office for the release of the complete
Set of bidding documents.

REMINDERS:

 The deadline for the submission of bid is on July 24, 2024 at 9:30 AM at the
Procurement Management Office, 4th Floor Pasig City Hall, Caruncho Ave., San
Nicolas Pasig City. The digital clock at the Procurement Management Office that is set
to the Philippine Time (PhST) shall be used as reference in determining the time for
the submission of bids, Hence participating bidders are advised to synchronize their
timepiece with the said digital clock. Late bids or those who submitted after 9:30 AM
of July 24, 2024 shall not be accepted.

 Bidders may submit their bid documents days ahead of the deadline for the
submission in order to avoid late submission.

 Bid opening shall be on July 24, 2024 at 10:00 AM at 7th Floor Aquarium, Pasig City
Hall, Caruncho Ave., San Nicolas Pasig City. Bids will be opened in the presence of the
bidders’ representatives who choose to attend.

 All licenses, permits and other required clearances should be valid at the time of the
submission of bids, Post-Qualification Evaluation and signing of the contract.

20
 The BAC expects the bidders to exercise due diligence in going through
the bid documents so that they can prepare their bids intelligently.

 The Bids and Awards Committee will still continue to implement social
distancing and shall require only one (1) Representative per company.

 All attendees will be subjected to thermal scan prior to entry of the venue and
shall:

1. Wear medical face mask and face shield at all times–“No Mask No Entry”
2. Bring black ballpen
3. Bring alcohol

Please be reminded that all queries after the issuance of Bid Bulletin will
not be entertained.

SGD.
ATTY. JOSEPHINE C. LATI-BAGAOISAN
BAC Chairperson

21
Section III. Bid Data Sheet

Notes on the Bid Data Sheet (BDS)


The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in
detail, information, or requirements included in the ITB found in Section II, which are
specific to each procurement.

This Section is intended to assist the Procuring Entity in providing the specific information in
relation to corresponding clauses in the ITB 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, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:

a. Information that specifies and complements provisions of the ITB must be


incorporated.

b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by


the circumstances of the specific procurement, must also be incorporated.

22
Section III. Bid Data Sheet
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have
the same major categories of work, which shall be:

The Bidder must have an experience of having completed a Single Largest


Completed Contract (SLCC) that is similar to this Project- General
Building Works, equivalent to at least fifty percent (50%) of the ABC,
except under conditions provided under the rules (Contractors under
Small A and Small B categories without similar experience on the
contract to be bid may be allowed to bid if the cost of such contract is not
more than the Allowable Range of Contract Cost (ARCC) of their
registration based on the guidelines as prescribed by the PCAB).

7.1 Subcontracting is not allowed.

10.3 The Bidder must have a valid Philippine Contractors Accreditation Board
(PCAB) license and registration for Size Range –Small B- Building &
Industrial Plant
License at least Category: General Building- C & D

10.4 The key personnel must meet the required minimum years of experience set
below:
KEY PERSONNEL QTY. GENERAL RELEVANT
EXPERIENCE EXPERIENCE

Project Manager (PM) 1 Licensed Engineer/ With a minimum of


Architect three (3) years
relevant work
experience as project
Manager in Building
Construction
Electrical Engineer 1 Registered Electrical With a minimum of
Engineer one (1) year relevant
work experience in
electrical works
Safety Officer 1 Safety Officer At least one (1) year
experience in
construction with
COSH training
conducted by DOLE
Foreman 1 At least one (1) year At least one (1) year
experience experience in
construction

The Bidder shall submit the corresponding bio-data of the above key personnel
that includes description of his/her relevant experience. The bio-data shall
include a statement of availability of the key personnel for the duration of the
23
project, signed by the named key personnel. The key personnel can be a
current or on-call employee, or a consultant of the company.

10.5 The minimum major equipment requirements are the following:


Equipment Capacity Number of Units

EQUIPMENT CAPACITY NUMBER OF UNITS


Elf As required 1
Minor Tools As required As required

12 No further instructions.
15.1 The bid security shall be in the form of a Bid Securing Declaration or any of
the following forms and amounts:
a. The amount of not less than 2% of ABC, if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit;
b. The amount of not less than 5% of ABC if bid security is in Surety Bond.
19.2 No further instructions.

20 The following licenses/s and permit/s shall be required:


1. Registration certificate form Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives of its
equivalent document

1. Mayor’s or Business permit issued by the city or municipality where the


principal place of business of the prospective bidder is located.

2. Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved
by the Bureau of Internal Revenue (BIR)

3. Valid PCAB License Category: General Building- C & D and


Registration of at least Small B- Building & Industrial Plant

4. 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.

5. Latest income and business tax returns

6. Valid licenses issued by the Professional Regulatory Commission (PRC);

No other acceptable proof of registration is recognized.


21 Additional contract documents relevant to the Project that may be required by
existing laws and/or the Procuring Entity, such as construction schedule and
PERT/CPM S-curve, manpower schedule, construction methods, equipment
utilization schedule, construction safety and health program approved by the

24
DOLE, and other acceptable tools of project scheduling.

25
Section IV. General Conditions of Contract

Notes on the General Conditions of Contract


The General Conditions of Contract (GCC) in this Section, read in conjunction with the
Special Conditions of Contract in Section V and other documents listed therein, should be a
complete document expressing all the rights and obligations of the parties.

Matters governing performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are included in the
GCC and Special Conditions of Contract.

Any complementary information, which may be needed, shall be introduced only through the
Special Conditions of Contract.

26
Section IV. General Conditions of Contract

1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA
No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all
procurement activities, the advertisement, posting, or invitation of which were issued
after the effectivity of the said amendment.

2. Sectional Completion of Works


If sectional completion is specified in the Special Conditions of Contract (SCC),
references in the Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date shall apply to any Section of the Works (other than
references to the Completion Date and Intended Completion Date for the whole of the
Works).

3. Possession of Site
3.1 The Procuring Entity shall give possession of all or parts of the Site to the Contractor
based on the schedule of delivery indicated in the SCC, which corresponds to the
execution of the Works. If the Contractor suffers delay or incurs cost from failure on
the part of the Procuring Entity to give possession in accordance with the terms of
this clause, the Procuring Entity’s Representative shall give the Contractor a Contract
Time Extension and certify such sum as fair to cover the cost incurred, which sum
shall be paid by Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring Entity will be
deemed to have delayed the start of the relevant activities. The resulting adjustments
in contract time to address such delay may be addressed through contract extension
provided under Annex “E” of the 2016 revised IRR of RA No. 9184.

4. The Contractor’s Obligations


The Contractor shall employ the key personnel named in the Schedule of Key
Personnel indicating their designation, in accordance with ITB Clause 10.3 and
specified in the BDS, to carry out the supervision of the Works.

27
The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.

5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
RA No. 3688 against any subcontractor be they an individual, firm,
partnership, corporation, or association supplying the Contractor with labor,
materials and/or equipment for the performance of this Contract.

6. Site Investigation Reports


The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
referred to in the SCC supplemented by any information obtained by the Contractor.

7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings,
and perpetually disqualify it from participating in any public bidding. All
payables of the GOP in his favor shall be offset to recover the costs.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on


force majeure, shall cover the period from the date of issuance of the
Certificate of Final Acceptance by the Procuring Entity. Specific duration of
the warranty is found in the SCC.

8. Liability of the Contractor


Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the
Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

9. Termination for Other Causes


Contract termination shall be initiated in case it is determined prima facie by the
Procuring Entity that the Contractor has engaged, before, or during the
implementation of the contract, in unlawful deeds and behaviors relative to contract

28
acquisition and implementation, such as, but not limited to corrupt, fraudulent,
collusive, coercive, and obstructive practices as stated in ITB Clause 4.

10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.

11. Program of Work


11.1. The Contractor shall submit to the Procuring Entity’s Representative for
approval the said Program of Work showing the general methods,
arrangements, order, and timing for all the activities in the Works. The
submissions of the Program of Work are indicated in the SCC.

11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold
the amount stated in the SCC from the next payment certificate and continue
to withhold this amount until the next payment after the date on which the
overdue Program of Work has been submitted.

12. Instructions, Inspections and Audits


The Contractor shall permit the GOP or the Procuring Entity to inspect the
Contractor’s accounts and records relating to the performance of the Contractor and to
have them audited by auditors of the GOP or the Procuring Entity, as may be
required.

13. Advance Payment


The Procuring Entity shall, upon a written request of the Contractor which shall be
submitted as a Contract document, make an advance payment to the Contractor in an
amount not exceeding fifteen percent (15%) of the total contract price, to be made in
lump sum, or at the most two installments according to a schedule specified in the
SCC, subject to the requirements in Annex “E” of the 2016 revised IRR of RA No.
9184.

14. Progress Payments


The Contractor may submit a request for payment for Work accomplished. Such
requests for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except as otherwise stipulated in the SCC,
materials and equipment delivered on the site but not completely put in place shall not
be included for payment.

29
15. Operating and Maintenance Manuals
15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.

15.2. If the Contractor does not provide the Drawings and/or manuals by the dates
stated above, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount
stated in the SCC from payments due to the Contractor.

30
Section V. Special Conditions of Contract

Notes on the Special Conditions of Contract


Similar to the BDS, the clauses in this Section are intended to assist the Procuring Entity in
providing contract-specific information in relation to corresponding clauses in the GCC
found in Section IV.

The Special Conditions of Contract (SCC) complement the GCC, specifying contractual
requirements linked to the special circumstances of the Procuring Entity, the Procuring
Entity’s country, the sector, and the Works procured. In preparing this Section, the following
aspects should be checked:

a. Information that complements provisions of the GCC must be incorporated.

b. Amendments and/or supplements to provisions of the GCC as necessitated by the


circumstances of the specific purchase, must also be incorporated.

However, no special condition which defeats or negates the general intent and purpose of the
provisions of the GCC should be incorporated herein.

31
Section V. Special Conditions of Contract
Special Conditions of Contract
GCC Clause
2 The Intended Completion Date is 180 calendar days.
3.1 The Procuring Entity shall give possession of all parts of the Site to the
Contractor upon the issuance of Notice to Proceed.
6 No further instructions.
7.2 In case of permanent structures, such as buildings of types 4 and 5 as
classified under the National Building Code of the Philippines and other
structures made of steel, iron, or concrete which comply with relevant
structural codes (e.g., DPWH Standard Specifications), such as, but not
limited to, steel/concrete bridges, flyovers, aircraft movement areas,
ports, dams, tunnels, filtration and treatment plants, sewerage systems,
power plants, transmission and communication towers, railway system,
and other similar permanent structures: Fifteen (15) years.

In case of semi-permanent structures, such as buildings of types 1, 2, and


3 as classified under the National Building Code of the Philippines,
concrete/asphalt roads, concrete river control, drainage, irrigation lined
canals, river landing, deep wells, rock causeway, pedestrian overpass,
and other similar semi-permanent structures: Five (5) years.
In case of other structures, such as Bailey and wooden bridges, shallow
wells, spring developments, and other similar structures: Two (2) years.
10 Dayworks are applicable at the rate shown in the Contractor’s original
Bid.

11.1 The Contractor shall submit the Program of Work showing the general
methods, arrangements, order, and timing for all the activities in the
Works to the Procuring Entity’s Representative within ten (10) days of
delivery of the Notice of Award.
11.2 The amount to be withheld for late submission of an updated Program of
Work is one percent (1%).
13 Advance payment shall be made only upon the submission to and
acceptance by the Procuring Entity. The amount of the advance payment
is fifteen percent (15%) of the Contract price.
14 No further instructions.
15.1 If required, the Contractor will provide “as built” Drawings and/or
operating and maintenance manuals within thirty (30) calendar days from
the completion of the project.
15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is one
percent (1%) of the final contract amount.

32
Section VI. Specifications

Notes on Specifications
A set of precise and clear specifications is a prerequisite for Bidders to respond
realistically and competitively to the requirements of the Procuring Entity without
qualifying or conditioning their Bids. In the context of international competitive bidding,
the specifications must be drafted to permit the widest possible competition and, at the
same time, present a clear statement of the required standards of workmanship, materials,
and performance of the goods and services to be procured. Only if this is done will the
objectives of economy, efficiency, and fairness in procurement be realized, responsiveness
of Bids be ensured, and the subsequent task of bid evaluation facilitated. The
specifications should require that all goods and materials to be incorporated in the Works
be new, unused, of the most recent or current models, and incorporate all recent
improvements in design and materials unless provided otherwise in the Contract.

Samples of specifications from previous similar projects are useful in this respect. The use
of metric units is mandatory. Most specifications are normally written specially by the
Procuring Entity or its representative to suit the Works at hand. There is no standard set of
Specifications for universal application in all sectors in all regions, but there are
established principles and practices, which are reflected in these PBDs.

There are considerable advantages in standardizing General Specifications for repetitive


Works in recognized public sectors, such as highways, ports, railways, urban housing,
irrigation, and water supply, in the same country or region where similar conditions
prevail. The General Specifications should cover all classes of workmanship, materials,
and equipment commonly involved in construction, although not necessarily to be used in
a particular Works Contract. Deletions or addenda should then adapt the General
Specifications to the particular Works.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the
specification of standards for goods, materials, and workmanship, recognized international
standards should be used as much as possible. Where other particular standards are used,
whether national standards or other standards, the specifications should state that goods,
materials, and workmanship that meet other authoritative standards, and which ensure
substantially equal or higher quality than the standards mentioned, will also be acceptable.
The following clause may be inserted in the SCC.

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by
the goods and materials to be furnished, and work performed or tested, the provisions of
the latest current edition or revision of the relevant standards and codes in effect shall
apply, unless otherwise expressly stated in the Contract. Where such standards and codes
are national, or relate to a particular country or region, other authoritative standards that

33
ensure a substantially equal or higher quality than the standards and codes specified will be
accepted subject to the Procuring Entity’s Representative’s prior review and written
consent. Differences between the standards specified and the proposed alternative
standards shall be fully described in writing by the Contractor and submitted to the
Procuring Entity’s Representative at least twenty-eight (28) days prior to the date when the
Contractor desires the Procuring Entity’s Representative’s consent. In the event the
Procuring Entity’s Representative determines that such proposed deviations do not ensure
substantially equal or higher quality, the Contractor shall comply with the standards
specified in the documents.

These notes are intended only as information for the Procuring Entity or the person
drafting the Bidding Documents. They should not be included in the final Bidding
Documents.

34
Section VII. Drawings
[Insert here a list of Drawings. The actual Drawings, including site plans, should be
attached to this section, or annexed in a separate folder.]

35
Section VIII. Bill of Quantities

Notes on the Bill of Quantities


Objectives

The objectives of the Bill of Quantities are:

a. to provide sufficient information on the quantities of Works to be performed to enable


Bids to be prepared efficiently and accurately; and

b. when a Contract has been entered into, to provide a priced Bill of Quantities for use in
the periodic valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in
sufficient detail to distinguish between the different classes of Works, or between Works of
the same nature carried out in different locations or in other circumstances which may give
rise to different considerations of cost. Consistent with these requirements, the layout and
content of the Bill of Quantities should be as simple and brief as possible.

Daywork Schedule

A Daywork Schedule should be included only if the probability of unforeseen work, outside
the items included in the Bill of Quantities, is high. To facilitate checking by the Entity of
the realism of rates quoted by the Bidders, the Daywork Schedule should normally comprise
the following:

a. A list of the various classes of labor, materials, and Constructional Plant for which
basic daywork rates or prices are to be inserted by the Bidder, together with a
statement of the conditions under which the Contractor will be paid for work executed
on a daywork basis.

b. Nominal quantities for each item of Daywork, to be priced by each Bidder at


Daywork rates as Bid. The rate to be entered by the Bidder against each basic
Daywork item should include the Contractor’s profit, overheads, supervision, and
other charges.

Provisional Sums

A general provision for physical contingencies (quantity overruns) may be made by including
a provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for
possible price increases should be provided as a provisional sum in the Summary Bill of
Quantities. The inclusion of such provisional sums often facilitates budgetary approval by
avoiding the need to request periodic supplementary approvals as the future need arises.
Where such provisional sums or contingency allowances are used, the SCC should state the
manner in which they will be used, and under whose authority (usually the Procuring Entity’s
Representative’s).
36
The estimated cost of specialized work to be carried out, or of special goods to be supplied,
by other contractors should be indicated in the relevant part of the Bill of Quantities as a
particular provisional sum with an appropriate brief description. A separate procurement
procedure is normally carried out by the Procuring Entity to select such specialized
contractors. To provide an element of competition among the Bidders in respect of any
facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime
Contractor for the use and convenience of the specialist contractors, each related provisional
sum should be followed by an item in the Bill of Quantities inviting the Bidder to quote a
sum for such amenities, facilities, attendance, etc.

Signature Box

A signature box shall be added at the bottom of each page of the Bill of Quantities where the
authorized representative of the Bidder shall affix his signature. Failure of the authorized
representative to sign each and every page of the Bill of Quantities shall be a cause for
rejection of his bid.

These Notes for Preparing a Bill of Quantities are intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They should not be included
in the final documents.

37
Section IX. Checklist of Technical and Financial
Documents

Notes on the Checklist of Technical and Financial Documents


The prescribed documents in the checklist are mandatory to be submitted in the Bid, but
shall be subject to the following:

a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a


State of Calamity or other similar issuances that shall allow the use of alternate
documents in lieu of the mandated requirements; or

b. any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.

The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant
to Section 30 of the 2016 revised IRR of RA No. 9184.

38
Republic of the Philippines
BIDS AND AWARDS COMMITTEE
City Government of Pasig
Name of Bidder :___________________________________________________________________
Name of Contract :___________________________________________________________________
___________________________________________________________________
Approved Budget Contract :___________________________________________________________________
Bidding Date :___________________________________________________________________
(Note: Checklist is to be filled up by the BAC only)

I. TECHNICAL COMPONENT ENVELOPE FOR THE PROCUREMENT OF INFRASTRUCTURE PROJECTS


Class “A” Documents
Legal Documents

□ (a) Valid PhilGEPS Certificate of Platinum Registration and Membership with additional caveat in
accordance with Section 8.5.2 of the 2016 Revised IRR of RA 9184 amended through GPPB Resolution No. 15-
2021, provided that all of Class “A” eligibility documents submitted to PhilGEPS are maintained and updated;

Technical Documents

□ (b) Statement of the prospective bidder of all its ongoing government and private contracts, including
contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to
the contract to be bid; and

□ (c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid,
except under conditions provided under the rules (Contractors under Small A and Small B categories
without similar experience on the contract to be bid may be allowed to bid if the cost of such contract is not
more than the Allowable Range of Contract Cost (ARCC) of their registration based on the guidelines as
prescribed by the PCAB.); and
□ (d) Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and

□ (e) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the
Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and

(f) Project Requirements, which shall include the following:


□ a. Organizational chart for the contract to be bid; and

□ b. List of contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers,
and Foremen), to be assigned to the contract to be bid, with their complete qualification and
experience data; and
□ c. Duly signed Manpower Schedule; and

□ d. List of contractor’s major equipment units, which are owned, leased, and/or under purchase
agreements, supported by proof of ownership or certification of availability of equipment from the
equipment lessor/vendor for the duration of the project, as the case may be; and
□ e. Equipment utilization schedule; and
□ f. Duly signed Construction Schedule (PERT/CPM) and S-curve; and
□ g. Duly signed Construction Method in narrative form; and
□ h. Construction Safety and Health Program; and
□ (g) Original duly signed Omnibus Sworn Statement (OSS);
39
and if applicable, Original Notarized Secretary’s Certificate in case of a corporation, partnership, or
cooperative; or Original Special Power of Attorney of all members of the joint venture giving full
power and authority to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents

□ (h) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).
Class “B” Documents
□ (i) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No. 4566 and its IRR
in case the joint venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating that they will enter into
and abide by the provisions of the JVA in the instance that the bid is successful.

NOTE: Any missing document/s on the above mentioned checklist is a ground for outright disqualification/ rejection of
the bid.

REMARKS: □PASSED □ FAILED


ACKNOWLEDGMENT: (Please see above “note” Do not fill up/sign if documents are marked passed)
This is to acknowledge receipt of the first and second envelopes which is being returned because of disqualification
due to deficiencies and non-compliance with checklist therein.
___________________________________________ ____________________
Signature over printed name/Representative of Bidder Date Received

CHECKED AND VERIFIED BY: SIGNATURE:

ATTY. JOSEPHINE C. LATI-BAGAOISAN


Chairperson _______________________

ATTY. DIEGO LUIS S. SANTIAGO


Vice Chairperson _______________________

DR. EMMA MEJIA-SANCHEZ


Member _______________________

DR. STUART G. SANTOS


Member _______________________

DR. JEANNA V. PLES


Member _______________________

AR. LEA V. OLIVAR


Member _______________________

ENGR. JOHNNY L. CALATA


Member _______________________

40
ATTY. KATHLEEN MAE M. VILLAMIN
Alternate Member _______________________

MR. JOSE REY Q. ESPINA


Alternate Member _______________________

ATTY. BERNICE C. MENDOZA


Alternate Member _______________________

ATTY. RAUL. G. CORALDE


Alternate Member _______________________

ATTY. JOHNSON L. VILLARUEL


Alternate Member _______________________

Attested by:

ATTY. BEA THERESE P. VILLANUEVA


Officer in Charge, Procurement Management Office

41
Republic of the Philippines
BIDS AND AWARDS COMMITTEE
City Government of Pasig

Name of Bidder : ___________________________________________________________________


Name of Contract : ___________________________________________________________________
___________________________________________________________________
Approved Budget Contract: ___________________________________________________________________
Bidding Date : ___________________________________________________________________

(Note: Checklist is to be filled up by the BAC only)

II. FINANCIAL COMPONENT ENVELOPE FOR THE PROCUREMENT OF INFRASTRUCTURE PROJECTS

□ (j) Original of duly signed and accomplished Financial Bid Form; and
Other documentary requirements under RA No. 9184

□ (k) Original of duly signed Bid Prices in the Bill of Quantities; and
□ (l)Duly accomplished Detailed Estimates Form, including a summary sheet indicating the unit prices of
construction materials, labor rates, and equipment rentals used in coming up with the Bid; and

□ (m) Cash Flow by Quarter.


NOTE:
Any missing document/s on the above-mentioned checklist is a ground for outright disqualification/ rejection of the
bid.

REMARKS: □PASSED □ FAILED


ACKNOWLEDGMENT: (Please see above “note” Do not fill up/sign if documents are marked passed)
This is to acknowledge receipt of the first and second envelopes which is being returned because of disqualification
due to deficiencies and non-compliance with checklist therein.
___________________________________________ ____________________
Signature over printed name/Representative of Bidder Date Received

CHECKED AND VERIFIED BY: SIGNATURE:

ATTY. JOSEPHINE C. LATI-BAGAOISAN


Chairperson _______________________

ATTY. DIEGO LUIS S. SANTIAGO


Vice Chairperson _______________________

DR. EMMA MEJIA-SANCHEZ


Member _______________________

DR. STUART G. SANTOS


Member _______________________

DR. JEANNA V. PLES


Member _______________________

42
AR. LEA V. OLIVAR
Member _______________________

ENGR. JOHNNY L. CALATA


Member _______________________

ATTY. KATHLEEN MAE M. VILLAMIN


Alternate Member _______________________

MR. JOSE REY Q. ESPINA


Alternate Member _______________________

ATTY. BERNICE C. MENDOZA


Alternate Member _______________________

ATTY. RAUL. G. CORALDE


Alternate Member _______________________

ATTY. JOHNSON L. VILLARUEL


Alternate Member _______________________

Attested by:

ATTY. BEA THERESE P. VILLANUEVA


Officer in Charge, Procurement Management Office

43
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]

REPUBLIC OF THE PHILIPPINES )


CITY/MUNICIPALITY OF )S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of Affiant],
after having been duly sworn in accordance with law, do hereby depose and state that:

1. [Select one, delete the other:]

[If a sole proprietorship:]I am the sole proprietor or authorized representative of [Name of


Bidder] with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and
designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:]As the owner and sole proprietor, or authorized representative of [Name
of Bidder], I have full power and authority to do, execute and perform any and all acts necessary
to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the
Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special
Power of Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the bid, and
to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring
Entity], as shown in the attached [state title of attached document showing proof of authorization
(e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution, or Special Power of
Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign
government/foreign or international financing institution whose blacklisting rules have been
recognized by the Government Procurement Policy Board, by itself or by relation, membership,
association, affiliation, or controlling interest with another blacklisted person or entity as
defined and provided for in the Uniform Guidelines on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy
oftheoriginal,complete,andallstatementsandinformationprovidedthereinaretrueandcorrect;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly
authorized representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the Procuring
Entity, members of the Bids and Awards Committee(BAC), the Technical Working Group, and

44
the BAC Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;

[If a partnership or cooperative:]None of the officers and members of [Name of Bidder] is


related to the Head of the Procuring Entity, members of the Bids and Awards Committee (BAC),
the Technical Working Group, and the BAC Secretariat, the head of the Project Management
Office or the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling stockholders of
[Name of Bidder] is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee(BAC),the Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by consanguinity or affinity
up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of
the Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if any;
and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

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.

10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with unfaithfulness
or abuse of confidence through misappropriating or converting any payment received
by a person or entity under an obligation involving the duty to deliver certain goods or
services, to the prejudice of the public and the government of the Philippines pursuant
to Article 315 of Act No. 3815 s. 1930, as amended, or the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 at ,


Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

45
Bid Securing Declaration Form
[shall be submitted with the Bid if bidder opts to provide this form of bid security]

REPUBLIC OF THE PHILIPPINES)


CITY OF ) S.S.

BID SECURING DECLARATION


Project Identification No.:[Insert number]

To:[Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid Security,
which may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any procurement
contract with any procuring entity for a period of two (2) years upon receipt of your Blacklisting
Order; and, (b) I/we will pay the applicable fine provided under Section 6of the Guidelines on the
Use of Bid Securing Declaration, within fifteen (15) days from receipt of the written demand by
the procuring entity for the commission of acts resulting to the enforcement of the bid securing
declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except 69.1 (f), of the IRR of RA
No.9184; without prejudice to other legal action the government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following
circumstances:

a. Upon expiration of the bid validity period, or any extension there of pursuant to your request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such effect,
and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to
avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we have
furnished the performance security and signed the Contract.

IN WITNESS WHEREOF,I/We have here unto set my/our hand/s this day of [month][year] at
[place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]
[Insert signatory’s legal capacity]
Affiant

[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]

46
Statement of All Ongoing Government and Private Contracts Including
Contracts Awarded But Not Yet Started, If Any, Whether Similar or Not in
Nature and Complexity to the Contract to be Bid

Business Name: _______________________________________________________


Business Address: _____________________________________________________

% of
Accomplishment
a. Date of (based on latest
Name of Amount of Contract %
the a. Owner’s Contract Bidder’s Role
Nature b. Duration of accomplishment
Contract Name and Value report with a cut-
of the
and b. Address of Contract off date of not
c. Telephone Work
Project Outstanding c. Estimated earlier than
Location Nos. Contract October 2023
Date of
Completion
Description % Planned Actual

Ongoing

Contracts Awarded But Not Yet Started

Submitted by :
(Printed Name & Signature)
Designation :

Date :

47
Statement of Single Largest Completed Contract (SLCC)
(Similar to the contract to be bid,
the value of which must be at least fifty percent (50%) of the ABC)

Business Name: _______________________________________________________


Business Address: _____________________________________________________

a. Date of Total
a. Owner’s Contract Contract
Name of Name Amount b. Duration of Bidder’s Role
Nature Value at
the b. Address of the
of Work Completion
Contract c. Telephone Contract Contract
Nos. c. Date
Completed Description %

Note: Attach a copy of the:1) Notice of Award, Notice to Proceed, and/or official receipt(s); and 2) Certificate
of Final Acceptance/Certificate of Satisfactory Completion. All the SLCC required documents should be issued
by the client for the specified SLCC.

Submitted by :

(Printed Name & Signature)

Designation :

Date: :

48
NFCC COMPUTATION FOR ELIGIBILITY CHECK

A. Summary of the Applicant Supplier’s/Distributor’s/Manufacturer’s assets and liabilities


on the basis of the attached income tax return and audited financial statement, stamped
“RECEIVED” by the Bureau of Internal Revenue or BIR authorized collecting agent, for
the immediately preceding year and a certified copy of Schedule of Fixed Assets
particularly the list of construction equipment.

Year 20
1.Total Assets
2.CurrentAssets
3.Total Liabilities
4.Current Liabilities
5.Net Worth(1-3)
6.Net Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) based on the above data is computed
as follows:

NFCC=[(Current assets minus current liabilities) (15)] minus the value of all
outstanding or uncompleted portions of the projects under ongoing contracts,
including awarded contracts yet to be started, coinciding with the contract to be bid.

The values of the domestic bidder's current assets and current liabilities shall be based on
the latest Audited Financial Statements (AFS) submitted to the BIR.

NFCC=P

Submitted by:

Name of Supplier/ Distributor/ Manufacturer:

____________________________
Signature of Authorized Representative:

___________________________
Date:

49
50
51

You might also like