Bidding Documents Burnham Park Baguio
Bidding Documents Burnham Park Baguio
Procurement of
INFRASTRUCTURE
PROJECTS
Government of the Republic of the Philippines
Sixth Edition
July 2020
Preface
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.
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
3
7. Warranty..................................................................................................................20
8. Liability of the Contractor .......................................................................................20
9. Termination for Other Causes .................................................................................20
10. Dayworks ................................................................................................................20
11. Program of Work.....................................................................................................21
12. Instructions, Inspections and Audits .......................................................................21
13. Advance Payment....................................................................................................21
14. Progress Payments ..................................................................................................21
15. Operating and Maintenance Manuals......................................................................21
Section V. Special Conditions of Contract..................................................... 23
Section VI. Specifications ................................................................................ 25
Section VII. Drawings ...................................................................................... 27
Section VIII. Bill of Quantities ....................................................................... 28
Section IX. Checklist of Technical and Financial Documents ..................... 30
4
Glossary of
Terms, Abbreviations, and Acronyms
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])
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.
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])
UN – United Nations.
7
Section I. Invitation to Bid
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;
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
Invitation to Bid
REHABILITATION OF BURNHAM PARK BAGUIO CITY BENGUET
1. The Tourism Infrastructure and Enterprise Zone Authority, through the Approved
Corporate Budget, intends to apply the sum of NINETY NINE MILLION NINE
HUNDRED SEVENTY EIGHT THOUSAND TWO HUNDRED SIXTY ONE PESOS
AND FOUR CENTAVOS ONLY. (P 99,978,261.04) being the Approved Budget for the
Contract (ABC), as payment contract for the REHABILITATION OF BURNHAM PARK
BAGUIO CITY BENGUET, bids received in excess of the ABC shall be automatically
rejected at Bid Opening.
2. The Tourism Infrastructure and Enterprise Zone Authority now invites bids for the above
procurement project. Completion of the works is required within One Hundred Eighty
(180) calendar days. Bidders should have completed, within five (5) years period from
the date of submission and receipt of bids, 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 criteria as specified in the Implementing Rules and Regulations
(IRR) of Republic Act 9184 (R.A. 9184), otherwise known as the “Government
Procurement Reform Act”.
5. Interested bidders may obtain further information from the TIEZA BAC Secretariat
(please see contact details below) and inspect the Bidding Documents on our
website and at the posting on the Philippine Government Electronic Procurement
Service (PhilGEPS) website.
ON-PREMISE:
Please note further that purchase of the bidding documents are available on
August 8, 2025 to August 31, 2025 at 8:00 am to 5:00 pm, except Fridays,
Saturdays, Sundays and Holidays and on September 1, 2025 from 8:00 to
9:00 a.m. Please note the payment for the bid documents is a non-refundable
fee in the amount of Fifty Thousand Pesos Only (PhP 50,000.00).
It may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) and the website of the
Procuring Entity, provided that bidders shall pay the applicable fee for the
Bidding Documents not later than the submission of their bids. Bidders must
submit to the BAC Secretariat a copy of the official receipt as proof of the
purchase of bidding documents on or before 5:00 p.m. on the day of bidding.
7. The Tourism Infrastructure and Enterprise Zone Authority will hold face to face Pre-Bid
Conference on August 18, 2025 @ 10:00 A.M. at 7th Floor TIEZA TEZ Conference Room
Double Dragon Plaza Pasay City
8. Bids (Technical and Financial) in hard copies (one original and two duplicates,
sealed in their respective envelopes) enclosed in one outer envelope must be
submitted face to face and duly received by the BAC Secretariat at the address
below on or before September 1, 2025 @ 9: 30 A.M. Proper tabbing of every
requirement is encouraged.
Bidder shall submit its bid in one (1) outer envelope containing three (3)
envelopes (Original, Copy 1, and Copy 2). Each of the three (3) envelopes shall
contain two envelopes corresponding to Technical and Financial Proposals. Soft
Copy of Financial Proposal in the form of Flash Drive (USB) must be included
inside the Original Financial Envelope. Failure to comply with this requirement
shall render the bidder disqualified from the bidding.
9. All bids must be accompanied by a bid security in any of the acceptable forms and
inthe amount stated in ITB Clause 16.
10. Bid opening shall be done face to face on September 1, 2025 @10: 00 A.M. at the
Legal Conference Room on the 7th Floor, Tower 1 Double Dragon Plaza Double
Dragon Meridian Park Macapagal Avenue corner EDSA Extension Bay Area Pasay
City. Bids will be opened in the presence of the bidders’ representatives who
choose to attend theactivity. Late bids shall not be accepted.
11. The Tourism Infrastructure and Enterprise Zone Authority reserves the right to reject
any and all bids, declare a failure of bidding or not award the contract in accordance with
the applicable provision of the 2016 Revised IRR of R.A. 9184.
For further information, please refer to:
BAC Secretariat
7th Floor, Tower 1 Double Dragon Plaza Double Dragon Meridian Park Macapagal
Avenue corner EDSA Extension Bay Area Pasay City
(+632) 249-5986 loc. 713 or 714
[email protected]
http.//www.tieza.gov.ph
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.
9
1. Scope of Bid
The Procuring Entity, [Tourism Infrastructure and Enterprise Zone Authority] invites Bids for
the REHABILITATION OF BURNHAM PARK BAGUIO CITY BENGUET with Project
Identification Number [Invitation to Bid no.25-08-0002
[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.]
2. Funding Information
2.1. The GOP through the source of funding as indicated below for [2025] in the
amount of NINETY NINE MILLION NINE HUNDRED SEVENTY EIGHT
THOUSAND TWO HUNDRED SIXTY ONE PESOS AND FOUR CENTAVOS
ONLY. (P 99,978,261.04) The source of funding is:
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.
10
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.
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.
7. Subcontracts
a. Subcontracting is not allowed
8. Pre-Bid Conference
The Procuring Entity will hold face to face Pre-Bid Conference on August 18, 2025 @
10:00 A.M.. at its physical address at 7th Floor TIEZA TEZ Conference Room Double
Dragon Plaza Pasay City as indicated in paragraph 6 of the IB.
11
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.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
12
specifications. Unless there is a value engineering clause in the BDS, alternative Bids
shall not be accepted.
a. Philippine Pesos.
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.
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.
13
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.
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.
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.
14
Section III. Bid Data Sheet
This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB 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:
15
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:
Civil Works
7.1 Subcontracting is not allowed.
10.4 The key personnel must meet the required minimum years of experience set
below:
Key Personnel General Experience Relevant Experience
In addition the bidder must certify that the foregoing personnel shall perform
work exclusively for the project until completion of the project. Please see the
attached Form for the purpose.
10.5 The minimum major equipment requirements are the following:
In addition the bidder must certify under oath that the equipment shall be
exclusively used for the project until completion of the project. Please see
attached Form for the purpose
Not Applicable
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% if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit;
16
Construction Safety and Health Program approved by the Department of
Labor and Employment or proof of application with DOLE shall be
submitted as part of the contract with winning bidder.
17
Section IV. General Conditions of Contract
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.
18
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.
3. Possession of Site
4.1. 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.
4.2. 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.
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
19
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.
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.
10. Dayworks
20
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.
11.2. 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.
21
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.
22
Section V. Special Conditions of Contract
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:
However, no special condition which defeats or negates the general intent and purpose of
the provisions of the GCC should be incorporated herein.
23
Special Conditions of Contract
GCC Clause
2 Completion of work shall be within One Hundred Eighty (180) calendar
days
4.1 The Procuring Entity shall give possession of all parts of the Site to the
Contractor upon receipt of the Notice to Proceed.
6 The site investigation Report is: Technical Evaluation Report
7.2 [Select one, delete the other.]
[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 to the Procuring
Entity’s Representative within ten (10) calendar days after receipt of the
Notice of Award.
11.2 The amount to be withheld for late submission of an updated Program of
Work is one tenth (1/10) of one percent (1%) per day of delay chargeable
against the current progress billing
13 The amount of the advance payment is no more that fifteen percent (15%)
of the Contract Price subject to approval by the Authority and compliance
with the conditions under RA 9184 and its IRR.
14 No further instructions.
15.1 The date by which operating and maintenance manuals are required is
thirty (30) days from the receipt of Notice to Proceed.
The date by which “as built” drawings are required is required as part of
final payment.
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 ten
percent (10%) of the Contract Price.
24
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.
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.
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
25
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.
26
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.]
27
Section VIII. Bill of Quantities
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.
Provisional Sums
28
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.
29
Tourism Infrastructure and Enterprise Zone Authority
7th Floor, Tower 1 Double Dragon, Double Dragon Meridian Park,
Macapagal Ave. cor. EDSA Extension,Bay Area, Pasay City
SUMMARY OF BID
B. MOBILIZATION/DEMOBILIZATION
C. SITE PREPARATION
D. CONTROL ROOM
E. HARD LANDSCAPING
F. SANITARY PLUMBING WORKS
G. ELECTRICAL WORKS
H. SOFT LANDSCAPING
I. RETAINING WALL
AMOUNT IN WORDS
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.
30
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
and
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC) with
Articles of Incorporation (AOI), Department of Trade and Industry (DTI) for
sole proprietorship, or Cooperative Development Authority (CDA) for
cooperatives or its equivalent document;
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).
Technical Documents
⬜ (f) Statement of the prospective bidder of all its ongoing government and private
contracts, including contracts awarded but not yet started must have
supporting documents, if any, whether similar or not similar in nature and
complexity to the contract to be bid; and
⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid must have supporting documents, except under
conditions provided under the rules; and
⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (i) 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
(j) 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
⬜ (k) Original duly signed Omnibus Sworn Statement (OSS);
31
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.
(l) Statement of Exclusivity (the bidder must certify that the foregoing personnel
shall perform work and equipment shall be used exclusively for the project until
completion of the project. Please see the attached Form for the purpose.)
(o) Contractors Registration Certificate by DPWH for the list of all ongoing projects
if none, affidavit that there is none.
Financial Documents
⬜ (p) 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; and
⬜ (q) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).
32
⬜ (u) Original of duly signed Bid Prices in the Bill of Quantities; and
⬜ (v) 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
⬜ (w) Cash Flow by Quarter.
33
Omnibus Sworn Statement (Revised)
[shall be submitted with the Bid]
_________________________________________________________________________
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:
[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];
[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;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
[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 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
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.
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
STATEMENT OF EXCLUSIVITY
I certify that the personnel and the equipment pledged for the bidding for (name of the
project) shall be exclusively used for the project during its entire duration.
(Date)
(Authorized Representative)
Name of contractor
________________
Signature
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.