0% found this document useful (0 votes)
33 views32 pages

25-RIMSFC322 Construction of Revetment, Brgy. Ambadao, Datu Piang

The Ministry of Public Works – Bangsamoro Autonomous Region in Muslim Mindanao is inviting bids for the construction of a 288 linear meter revetment in Brgy. Ambadao, Datu Piang, with an approved budget of Php 58,200,000. The bidding process will follow open competitive procedures, and interested bidders can obtain bidding documents from June 25 to July 14, 2025, with a bid opening scheduled for July 15, 2025. Bidders must meet specific eligibility requirements and submit their bids along with the necessary documentation and bid security.

Uploaded by

jsrabano2020
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)
33 views32 pages

25-RIMSFC322 Construction of Revetment, Brgy. Ambadao, Datu Piang

The Ministry of Public Works – Bangsamoro Autonomous Region in Muslim Mindanao is inviting bids for the construction of a 288 linear meter revetment in Brgy. Ambadao, Datu Piang, with an approved budget of Php 58,200,000. The bidding process will follow open competitive procedures, and interested bidders can obtain bidding documents from June 25 to July 14, 2025, with a bid opening scheduled for July 15, 2025. Bidders must meet specific eligibility requirements and submit their bids along with the necessary documentation and bid security.

Uploaded by

jsrabano2020
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/ 32

Republic of the Philippines

Bangsamoro Autonomous Region in Muslim Mindanao


MINISTRY OF PUBLIC WORKS
OFFICE OF THE MINISTER
BARMM Compound, Cotabato City, 9600

PHILIPPINE BIDDING DOCUMENTS

Procurement of
INFRASTRUCTURE
PROJECTS
Government of the Republic of the Philippines

Construction of Revetment,
Brgy. Ambadao, Datu Piang

Contract ID No.: 25-RIMSFC322

Sixth Edition
July 2020
Republic of the Philippines
Bangsamoro Autonomous Region in Muslim Mindanao
MINISTRY OF PUBLIC WORKS
OFFICE OF THE MINISTER
BARMM Compound, Cotabato City, 9600

INVITATION TO BID

1. The Ministry of Public Works – Bangsamoro Autonomous Region in Muslim


Mindanao (MPW – BARMM) Regional Office, through the Ministry of Finance
Budget and Management (MFBM) under the GAAB 2025, intends to apply the sum
Php 58,200,000.00, being the Approved Budget for the Contract (ABC) to payments
under the contract for Construction of Revetment, Brgy. Ambadao, Datu Piang,
Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The Ministry of Public Works – Bangsamoro Autonomous Region in Muslim


Mindanao (MPW – BARMM) Regional Office now invites bids for;

Project Name : Construction of Revetment, Brgy. Ambadao, Datu Piang


Location : Datu Piang, Maguindanao del Sur
Category : Flood Control
Description : Construction of 288 linear meter revetment
Limits : Sta. 0+000 – Sta. 0+288
Net Length : 288 ln.m.
Duration : 345 Calendar Days

Completion of the Works is Three Hundred Forty-Five (345) Calendar Days,


Bidders should have completed a contract similar to the Project. The description of an
eligible bidder is contained in the Bidding Documents.

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 Ministry of Public Works –
Bangsamoro Autonomous Region in Muslim Mindanao (MPW – BARMM)
Regional Office and inspect the Bidding Documents at the address given below from
8:00 A.M. to 5:00 P.M. (Working Days Only).

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


25, 2025 – July 14, 2025 (Weekdays only) from 8:00 a.m to 5:00 p.m, and on July
15, 2025, before the cut-off-time at 9:00 A.M, from given address and website/s
below, in the amount of Fifty Thousand Pesos Only (Php 50,000.00). The Procuring
Entity shall allow the bidder to present its proof of payment for the fees through the
Official Receipt Issued by the Office.

8
6. The Ministry of Public Works – Bangsamoro Autonomous Region in Muslim
Mindanao (MPW – BARMM) Regional Office will hold a Pre-Bid Conference on
July 3, 2025 (Thursday) @ 9:00 A.M. which shall be open to prospective bidders.

7. Bids must be duly received by the BAC Secretariat through (i) manual submission at
the office address as indicated below. 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. Bid opening shall be on July 15, 2025 (Tuesday) @ 9:00 A.M. at the given address
below MPW – BARMM Regional Office, Conference Room 2nd Floor, Operations
Building, BARMM Compound, Cotabato City and/or through
www.mpw.bangsamoro.gov.ph Bids will be opened in the presence of the bidders’
representatives who choose to attend the activity.

10. The Ministry of Public Works – Bangsamoro Autonomous Region in Muslim


Mindanao (MPW – BARMM) Regional Office 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.

1. For further information, please refer to:

MS. SHERIELYN S. SALINAS


Chief, BAC Secretariat Section
MPW – BARMM Regional Office
BARMM Compound, Cotabato City, 9600
(064)421-1061 or 0917-623-4376
Email Address: [email protected]

2. You may visit the following websites:

For downloading of Bidding Documents:


www.PhilGeps.gov.ph (Associated Components/BID Supplements)

NAZER P. EBUS
Director II – Operation &
Infrastructure Services
BAC Chairman

9
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address (refer to paragraph 6 of
INVITATION TO BID) and/or through videoconferencing/webcasting} 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 PCAB License is required, and in case of joint ventures, a valid
special PCAB License, 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.

13
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.

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.

14
15.2. The Bid and bid security shall be valid until 120 Calendar days from the
date of the Opening of bids. 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.

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

15
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


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.

16
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.

17
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: Flood Control

7.1 Not applicable

10.4 The key personnel must meet the required minimum years of SIMILAR
WORK EXPERIENCE ( PROJECT HANDLED) set below:
The Contractor shall employ the following Key Personnel exclusively for
the:
Construction of Revetment, Brgy. Ambadao, Datu Piang

except for personnel marked with asterisk (*)

Total Experience
Position No. of Personnel
(Years)

*Project Manager 1 3
Project Engineer 1 3
*Material Engineer 1 3
Safety Officer 1 3
Health Personnel 1 3
*Civil/Geodetic Engineer 1 3
*Surveyman 2 3
Construction Foreman 1 3
Skilled Laborer 6 1
Unskilled Laborer 8 1

18
10.5 The Contractor shall have the following Minimum Equipment Requirements
exclusive for the:

Construction of Revetment, Brgy. Ambadao, Datu Piang

Equipment Required Units


Backhoe 1
Dump Truck 2
Plate Compactor 1
Transit Mixer 2
Concrete Vibrator 2
Batching Plant 1
Payloader 1
Water Truck/Pump 1
Concrete Pump 1
Bar Cutter 1
Bar Bender 1
Cargo Service Truck (9-10 mt) 1
One Bagger Mixer 1
Backhoe (Wheel Type) 1
Truck Mounted Crane (41-45mt) 1
Vibro Hammer 1
Generator Set 1
Welding Machine 1
Cutting Outfit 1

13.2 The ABC is Php 58,200,000.00 Any bid with a financial component exceeding
this amount shall not be accepted.

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) Php 1,164,000.00, 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) Php 2,910,000.00, if bid
security is in Surety Bond.
19.2 Partial bids are not allowed.
20 No further instruction.
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 S-
curve, manpower schedule, construction methods, equipment utilization
schedule, construction safety and health program approved by the DOLE, and
other acceptable tools of project scheduling.
19
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.

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.

21
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
acquisition and implementation, such as, but not limited to corrupt, fraudulent,
collusive, coercive, and obstructive practices as stated in ITB Clause 4.

10. Dayworks
22
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.

15. Operating and Maintenance Manuals


23
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.

24
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.

25
Special Conditions of Contract
GCC Clause
2 Not applicable
3.1 Not applicable
6 Not applicable
7.2 Five (5) years.
10 Dayworks are applicable at the rate shown in the Contractor’s original
Bid.

11.1 Not applicable


11.2 Not applicable
13 The amount of the advance payment is [insert amount as percentage of
the contract price that shall not exceed 15% of the total contract price
and schedule of payment].

15.1 Not applicable


15.2 Not applicable

26
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
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
27
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.

28
Section VI. Specifications

1. DPWH Standards

The DPWH Standard Specifications for Public Works and Highways (“Blue Book”)
shall be the main basis for the standards and codes to be met by the goods and materials
to be furnished and work performed or tested for the Contract. In particular, Volume II,
2013 Edition of the Blue Book shall be used if the Contract pertains to Highways,
Bridges and Airports. Volume III, 2019 Edition of the Blue Book shall be used if the
Contract pertains to Buildings, Flood Control and Drainage, or Water Supply. The Blue
Book incorporates standards of the American Association of State Highway and
Transportation Officials (AASHTO), American Society for Testing and Materials
(ASTM), and American Concrete Institute (ACI), among others, pertaining to
construction.

The Procuring Entity shall use the Standard Pay Items in the Project and Contract
Management Application (PCMA) in drawing up the Specifications.

2. Modifications of Standards

2.1. Modifications of and additions to standards and codes as stated in the DPWH
Standard Specifications for Public Works and Highways, if any, shall be included in
the enclosed Supplemental Specifications, which is part of these Bidding Documents.

2.2. Entries in the Supplemental Specifications are numbered to coincide with the
numbering of items in the DPWH Standard Specifications for Public Works and
Highways.

29
Section VII. Drawings
[PLEASE REFER TO ATTACHED DOCUMENTS]

30
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).

31
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.

32
MINISTRY OF PUBLIC WORKS
Bangsamoro Autonomous Region in Muslim Mindanao

Contract ID No.: 25-RIMSFC322


Contract Name: Construction of Revetment, Brgy. Ambadao, Datu Piang
Location of the Contract: Datu Piang, Maguindanao del Sur

BILL OF QUANTITIES

ITEM UNIT PRICE AMOUNT


DESCRIPTION UNIT QUANTITY
NO. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
PART A. FACILITIES FOR THE ENGINEER
In Words: Pesos: _______________ In Words: Pesos:
_____________________________ _______________
Provision of Field Office for the
A.1.1 (8) Mo. 11.50 _____________________________ _____________________________
Engineer (Rental Basis)
_____________________________ _____________________________
In Figures: 11,100 _____________________________
In Figures: 127,650
In Words: Pesos: _______________
_____________________________ In Words: Pesos:
Provision of 4x4 Pick Up Type Service
A.1.2(2) Veh.Mo. 5.8 _____________________________ _______________
Vehicle for the Engineer (Rental Basis)
_____________________________ _____________________________
In Figures: 150,000.00 _____________________________
_____________________________
TOTAL OF PART A In Figures:
In Words: Pesos: ___
PART B. OTHER GENERAL REQUIREMENTS In Figures: 870,000.00
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
B.4(1) Construction survey and staking Km. 0.288 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
B.5(1) Project Billboard / Signboard Ea. 2.00 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
Occupational Safety and Health
B.7(1) l.s. 1.00 _____________________________ _____________________________
Program
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
B.9(1) Mobilization / Demobilization l.s. 1.00 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________
TOTAL OF PART B In Figures: ____________________

33
PART L. FLOOD AND RIVER CONTROL AND DRAINAGE

PART L-A. EARTHWORKS

In Words: Pesos: _______________ In Words: Pesos: _______________


_____________________________ _____________________________
Removal of Structures / Construction,
801(6) Cu.m. 4.42 _____________________________ _____________________________
Concrete
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
1702(1)a Structure Excavation, Common Soil cu.m. 129.31 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
1704(1)b Embankment (from Borrow) Cu.m. 2,708.68 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________
TOTAL OF PART L-A.
In Figures: ____________________

PART L-B BANK AND SLOPE PROTECTION WORKS

In Words: Pesos: _______________ In Words: Pesos: _______________


_____________________________ _____________________________
Structural Concrete, 3000 psi, Class A,
900(1)C Cu.m. 108.90 _____________________________ _____________________________
28 Days
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
Reinforcing Steel (Deformed), _____________________________ _____________________________
902 (1)a1 Grade 40 Kgs. 4,719.60 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
Metal Structures Accessories, Steel
1047(5)d kgs. 5,298.75 _____________________________ _____________________________
Plate
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
1712(1) Concrete (Slope Protection) Cu.m. 490.56 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
1716(6) Structural Steel Sheet Piles, Furnished m. 5,715.00 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________ In Words: Pesos: _______________
_____________________________ _____________________________
1716(12) Structural Steel Sheet Piles, Driven m. 4,871.16 _____________________________ _____________________________
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________
TOTAL OF PART L-B In Figures: ____________________

PART L-C. DRAINAGE WORKS

In Words: Pesos: _______________ In Words: Pesos: _______________


_____________________________ _____________________________
Pipe Culvert, 610 mm dia. Class IV
1718(1)b1 Ln.m. 7.00 _____________________________ _____________________________
RCPC
_____________________________ _____________________________
In Figures: In Figures:
In Words: Pesos: _______________
TOTAL OF PART L-C
In Figures: ____________________

34
In Words: Pesos: _______________
_____________________________
GRAND TOTAL
_____________________________
In Figures:In Figures:

Submitted By

Date: ___________________

___________________________
Name & Signature of Bidder’s Representative

_____________________________________
Position

_____________________________________
Name of Firm

______________________________________
Address

35
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.

36
Checklist of Technical and Financial Documents

I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
in accordance with Section 8.5.2 of the IRR;
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;
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;
⬜ 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;
⬜ c. 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
⬜ (g) Original duly signed Omnibus Sworn Statement (OSS);
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

37
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.

II. FINANCIAL COMPONENT ENVELOPE


⬜ (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.

38
39
1. Certificate of Final Acceptance or CPES

40
41
42

You might also like