BD 4
BD 4
BIDDING DOCUMENTS
FOR
CONTRACT ID : 24KD0038
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..................................................................................................................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......................................................................29
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 ..................... 39
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.
5
DOLE – Department of Labor and Employment.
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
Republic of the Philippines
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS
CAGAYAN DE ORO CITY 2ND DISTRICT ENGINEERING OFFICE
Macabalan, Cagayan de Oro City
1. The DPWH – Cagayan de Oro 2nd District Engineering Office, through the FY 2024
General Appropriations Act (RA11975), intends to apply the sum of Four Million Nine
Hundred Thousand Pesos Only (Php. 4,900,000.00) being the Approved Budget for the
Contract (ABC) to payments under the contract for 24KD0038 – Construction of Road
with Drainage, Brgy. Camaman-an, Cagayan de Oro City. Bids received in excess of
the ABC shall be automatically rejected at bid opening.
2. The DPWH – Cagayan de Oro 2nd District Engineer Office through its Bids and Awards
Committee now invites bids for the hereunder Works:
3. Prospective Bidders should be (1) registered with and classified by the Philippine
Contractors Accreditation Board (PCAB) with Size Range Small B, PCAB LICENSE
Category of “C & D” for General Engineering. The description of an eligible Bidder is
contained in the Bidding Documents, particularly, in Annex II-1.1 B Section II and III of
Bidding Documents.
Contractors/applicants who wish to participate in this bidding are encouraged to enroll in
the DPWH Civil Works Application (CWA) at the DPWH Procurement Service (PrS), 5th
Floor, DPWH Bldg., Bonifacio Drive, Port Area, Manila, while those already enrolled
shall keep their records current and updated. The Contractor’s eligibility to bid on the
project will be determined using the DPWH Contractor Profile Eligibility Process (CPEP)
and subject to further post-qualification. Information on registration can be obtained from
the PrS during working weekdays from 7:00 am to 4:00 pm or at the DPWH website
www.dpwh.gov.ph.
4. 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 9184 (RA 9184), otherwise known as the
"“Government Procurement Reform Act”. The contract shall be awarded to the Lowest
9
Calculated Responsive Bidder (LCRB) who was determined as such during post-
qualification.
5. Interested bidders may obtain further information from the DPWH – Cagayan de Oro 2nd
District Engineering Office and inspect the Bidding Documents at DPWH – Cagayan de
Oro 2nd DEO, Macabalan, Cagayan de Oro City during weekdays from 8:00 AM to
5:00 PM.
7. 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.
8. The DPWH – Cagayan de Oro 2nd District Engineering Office will hold a Pre-Bid
Conference* on March 5, 2024 at 2:00 PM at Conference Room of DPWH – Cagayan
de Oro 2nd DEO, which shall be open to prospective bidders.
10. Bids must be duly received by the BAC Secretariat at the address below for manual
submission or at [email protected] for electronic submission
on or before March 18, 2024 until 2:00 PM. All bids must be accompanied by a bid
security in any of the acceptable forms and in the amount stated in ITB Clause 18.
11. Bid opening* shall be on March 18, 2024, 2:00 PM at Conference Room of DPWH –
Cagayan de Oro 2nd DEO. Bids will be opened in the presence of the bidders’
representatives who choose to attend at the address below. Late bids shall not be accepted.
12. In consistent with DO 127 s. 2018, “if at the time of the post-qualification procedure, the
BAC verifies that any of the deficiencies is due to the contractor’s fault or negligence
pursuant to 34.3 (b)(ii)(c) of the 2016 Revised Implementing Rules and Regulations of
Republic Act No.9184 (2016 RIRR of RA 9184), the Procuring Entity shall disqualify the
contractor from the award without any right to reimburse fees and incidental cost paid for
the procurement of infrastructure contract subject of the Bid.”
13. The DPWH – Cagayan de Oro 2nd District Engineering Office reserves the right to
reject any and all bids, declare a failure of bidding, or not award the contract at any time
10
prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without
thereby incurring any liability to the affected bidder or bidders.
Approved by:
NOEL B. ALFONSO
Chief, Maintenance Section
BAC Chairperson
* In compliance to Department Order No. 06 s. 2024 re: “YouTube Livestreaming, Posting (Video Uploading) of DPWH Procurement Activities, and Post
Award Disclosure Reporting”, the public may view the livestreaming of Pre-Bidding Conference and Opening of Bids for the above-mentioned project
on the DEO’s YouTube Channel DPWH Cagayan de Oro 2nd DEO Procurement LS (@DPWHCagayandeOroCity2ndDEO)
11
Section II. 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.
12
1. Scope of Bid
The Procuring Entity, DPWH – Cagayan de Oro 2nd District Engineering Office
invites Bids for the Construction of Road with Drainage, Barangay Camaman-an,
Cagayan de Oro, with Project Identification Number 24KD0038.
2. Funding Information
2.1. The GOP through the source of funding as indicated below for FY 2024
General Appropriations Act (RA11975) in the amount of Four Million Nine
Hundred Thousand Pesos Only (Php. 4,900,000.00).
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.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
13
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
7.1. The Bidder may subcontract portions of the Project to the extent allowed by
the Procuring Entity as stated herein, but in no case more than fifty percent
(50%) of the Project.
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, Conference Room of Main Building,
DPWH – Cagayan de Oro 2nd District Engineering Office, Macabalan, Cagayan de
Oro City on March 5, 2024 at 2:00 in the afternoon and/or through
videoconferencing/webcasting} as indicated in paragraph 6 of the IB.
14
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.
10.5. 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.
15
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.
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
16
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.
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.
17
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.
18
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:
19
Bid Data Sheet
ITB Clause
The Procuring Entity is Department of Public Works and Highways – Cagayan de
Oro City 2nd District Engineering Office.
The scope of works under this Contract is Road concreting with drainage, total
length of 379.00 meters. Section 1 (114.00 meters), Section 2 (165.00 meters) and
1.1 Section 3 (100.00 meters)
Contract ID is 24KD0038
The Approved Budget for the Contract is Php. 4,900,000.00
The Funding Source is the Government of the Philippines through FY 2024 General
2 Appropriations Act (RA 11975)
20
1 Set Materials Testing Apparatus
12 No further instruction.
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 Php. 98,000.00, if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter
of credit;
The address for receipt of Bids is DPWH-CDOC, 2nd DEO- Conference Room,
Macabalan, Cagayan de Oro City.
The deadline for receipt of Bids is Monday, March 18, 2024, until 2:00 PM.
21
2. Confirmation of the electronically submitted Official Receipt
2.1 An e-mail shall be received by a prospective bidder confirming its
successful submission of the Official Receipt as required under Item 1.
23
be sent to [email protected] before the
deadline for bid submission.
Bids may only be withdrawn prior the deadline for bid submission. In
case of withdrawal of an electronic bid, the bidder shall send an e-
mail with the subject “Bid Withdrawal for <Contract ID>” and the
letter of bid withdrawal in pdf format with filename “<PCAB
ID>_<CONTRACT ID>_BidWithdrawal.pdf” shall be attached. This
e-mail should be sent to
[email protected] before the deadline for
bid submission.
Only during the actual opening of bids shall the bidder disclose the
passwords for his electronic bid. This can be done by the bidder’s
authorized representative verbally in person, through phone call,
online platforms (e.g. videoconferencing, webcasting), or through
writing. In all cases, the bidders will have only three (3) attempts or
fifteen (15) minutes, whichever comes first, to provide the correct
password. Otherwise, the bidder shall be disqualified except in
unforeseen justifiable circumstances. The bidder may also be
subjected to the three-strike policy (D.O. 17, Series of 2015) as
warranted by the circumstances.
24
Financial Component compressed archive file folder/s and financial
component envelopes.
25
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.
26
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.
27
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.
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.
28
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.
11.2. 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.
29
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
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.
31
Special Conditions of Contract
GCC Clause
2 Not Applicable
4.1 The Procuring Entity shall give possession of the Site to the Contractor
on upon issuance of the NTP.
6 The site investigation reports are: Contractor must conduct site
inspection and submit Affidavit of Site Inspection as part of the Technical
Envelope with complete attachment. Their Affidavit of Site inspection
must also be signed by the DWPH PDS personnel who accompanied
them. The contractor’s official request duly received by the Records
Management Unit (RMU) of this office should also be a part of the
technical bid.
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.
32
In consideration of the memorandum dated April 5, 2018, Guidelines
for the Implementation of Cash – Based Budgeting in FY 2019
Secretary Mark A. Villar, “only accomplishments up to the last
working day of the year will be paid and the remaining unpaid
balance will automatically expire, the unpaid balance of the Contract
shall be included in the Next Infrastructure Program or this will be
lined up in the Special Purpose Fund with DBM”
14 Materials and equipment delivered on the site but not completely put in
place shall be included for payment.
15.1 The date by which operating and maintenance manuals are required is
_______.
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
33
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 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
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
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
Bill of Quantities
(Columns (1), (2), (3), and (4) are (Columns (5) and (6) are
to be filled up by the Procuring Entity) to be filled up by the Bidder)
Pay Unit Price Amount
Description Unit Quantity
Item No. (Pesos) (Pesos)
(1) (2) (3) (4) (5) (6)
PART B OTHER GENERAL REQUIREMENTS
In words: Pesos_____ In words: Pesos_____
B.5 Project Billboard/ Signboard each 2.00 In figure: Php_______ In figure: Php_______
PART C EARTHWORK
***nothing follows***
38
Section IX. Checklist of Technical and Financial
Documents
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.
39
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages,
bidder should make sure that Annex A of PhilGEPS Certificate must reflect
updated dates);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
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, 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, 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, Key Personnel’s Affidavit of Commitment to Work;
⬜ 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
40
lessor/vendor for the duration of the project, as the case may be; and
⬜ (k) Original duly signed Omnibus Sworn Statement (OSS – GPPB latest);
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. and
Financial Documents
⬜ (l) 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
⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).
41
Bidding Forms
The Bidder shall use the Bidding Forms (BFs) listed below or the updated Bid Forms from the GPPB, if
applicable, in preparing its Bid and, in case it is awarded the contract, in preparing the documents
required to perfect the contract.
42
Prepared By: Approved by:
Checked by:
Noted by:
SANDY N. MANTICAHON
Engineer II
BAC Provisional Member
43
44