Bidding Documents for the Construction of Perimeter Fence and Upgrading of UN Avenue at Morong Discovery Park (2)
Bidding Documents for the Construction of Perimeter Fence and Upgrading of UN Avenue at Morong Discovery Park (2)
Bidding Documents for the Construction of Perimeter Fence and Upgrading of UN Avenue at Morong Discovery Park (2)
Sixth Edition
1
TABLE OF CONTENTS
2
Commitment to Execute a Joint Venture Agreement Annex "I"
Joint Venture/ Consortium Agreement Annex "J"
Bid Securing Declaration Annex "K"
Form of Contract Agreement Annex "L"
Form for Detailed Cost Estimates Annex "M"
Form for Dayworks Schedule (Labor) Annex "N-1"
Form for Dayworks Schedule (Materials) Annex "N-2"
Form for Dayworks Schedule (Equipment) Annex "N-3"
Cashflow by Quarter Annex "O"
3
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.
4
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])
5
PhilGEPS - Philippine Government Electronic Procurement System.
UN – United Nations.
6
Section I. Invitation to Bid
7
Section II. Instructions to Bidders
10
1. Scope of Bid
The Procuring Entity, Bases Conversion and Development Authority invites Bids for
the Construction of Perimeter Fence and Upgrading of UN Avenue at Morong
Discovery Park
2. Funding Information
2.1. The GOP through the source of funding as indicated below in the amount of
Php 313,716,340.64 inclusive of all applicable fees and taxes.
2024 GAA
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.
The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.
11
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
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.
7.1. The Bidder must submit together with its Bid the documentary requirements of
the subcontractor(s) complying with the eligibility criteria stated in ITB
Clause 5 in accordance with Section 23.4 of the 2016 revised IRR of RA No.
9184 pursuant to Section 23.1 thereof.
7.2. The Supplier may identify its subcontractor during the contract
implementation stage. Subcontractors identified during the bidding may be
changed during the implementation of this Contract. Subcontractors must
submit the documentary requirements under Section 23.1 of the 2016 revised
12
IRR of RA No. 9184 and comply with the eligibility criteria specified in ITB
Clause 5 to the implementing or end-user unit.
7.3. Subcontracting of any portion of the Project does not relieve the Contractor of
any liability or obligation under the Contract. The Supplier will be responsible
for the acts, defaults, and negligence of any subcontractor, its agents, servants,
or workmen as fully as if these were the Contractor’s own acts, defaults, or
negligence, or those of its agents, servants, or workmen.
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address indicated in paragraph 6 of the IB.
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.
10.1. 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.
13
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.
11.1. 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.
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.
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.
14.1. 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: Philippine Pesos.
14
15. Bid Security
15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.
15.2. The Bid and bid security shall be valid for one hundred twenty (120) calendar
days from the Opening of Bid. Any bid not accompanied by an acceptable bid
security shall be rejected by the Procuring Entity as non-responsive.
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.
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.
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
15
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.
19.2. If the Project allows partial bids, all Bids and combinations of Bids as
indicated in the BDS shall be received by the same deadline and opened and
evaluated simultaneously so as to determine the Bid or combination of Bids
offering the lowest calculated cost to the Procuring Entity. Bid Security as
required by ITB Clause 16 shall be submitted for each contract (lot)
separately.
19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for
all the lots participated in by the prospective Bidder.
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.
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
17
Bid Data Sheet
ITB Clause
5.2 For this purpose, the SLCC shall refer to a construction of Road Projects.
a. The contractor shall secure prior written approval from BCDA prior to
subcontracting.
b. The subcontractor shall have the same qualifications and/or eligibility as the
main contractor; and
For joint venture or consortium bidder, a Joint Special License issued by the
PCAB pursuant to Section 38 of RA 4566, and the PCAB license and
registration individually issued to each joint venture or consortium partner
must be submitted. Failure of the joint venture or consortium bidder to submit
a Joint Special License shall be a ground for its disqualification despite the
submission of the individual licenses of each joint venture or consortium
partner.
10.4 The list of nominated key personnel with the minimum required years of
experience for the Project are as follows:
18
Project Licensed Engineer At least 15 years of 1
Manager for at least 20 years experience as Project
Manager
(1) Each nominated key personnel shall only be nominated to a single position.
(2) The winning bidder shall ensure that its nominated key personnel shall be
working full time on this project.
(3) The bidder must accomplish the prescribed form in “Annex C” of the Bid
Forms for the above list of the nominated key personnel and must be
supported by the following documents:
19
1. Individual CV/resumes as prescribed in Annex “D” of the Bid
Form under Section IX. Checklist of Technical and Financial
Documents; and
10.5 The list of minimum equipment required for the Project is as follows:
Backhoe 1 cu.m. 3
The bidder must accomplish the prescribed form in “Annex E” and shall
submit the following acceptable proofs as attachments to the list of equipment,
as applicable: certification of availability using the prescribed form in “Annex
B-1 to B-3” of the Bid Forms and shall submit the following acceptable proofs
as attachment to the list of equipment, as applicable:
20
Conveyance, etc.)
● OR/CR
● Sales invoice showing payment of VAT
● Proforma Invoice supported by a Sales Invoice
● Letter of credit from bank with attached Purchase Order supported
by a Sales Invoice
● Original Invoice with attached Packing List
● Bill of Lading
Details and particulars contained in all the supporting documents submitted for
each offered equipment must be consistent as represented by the bidder in all
other parts of their bid submission.
11.1 In addition to the Bid Form and Bill of Quantities, the following shall be
included in the Financial Component:
21
Notes:
3. In filling out the bid form, bidders shall provide a discount offer in the
form of amount, in figures and in words, including its application and
methodology. In case of no discount offered, bidders shall write “None.”
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 6,274,326.81,if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of
credit;
Note:
The Surety Bond must be submitted by the bidder together with a
certification issued by the Insurance Commission (IC) which shall
expressly state that the surety or insurance company is specially
authorized to issue surety bonds callable on demand and shall be valid
for one hundred twenty (120) days from the Bid Opening.
Further, we wish to note that since the surety bond required under
Section 15.1b is required to be project specific, the certification from
the Insurance Commission must also be project specific (GPPB NPM
17-2012).
22
20 For purposes of Post-qualification, the following document(s) shall be required
to be submitted within five (5) calendar days from receipt of notice from the
BAC:
1. Income Tax Returns for year 2023 (BIR Form 1701 or 1702); and,
N.B.
23
● Proforma Invoice supported by a Sales Invoice
● Letter of credit from bank with attached Purchase Order
supported by a Sales Invoice
● Original Invoice with attached Packing List
f. Detailed As-Built Quantities of Single Largest Completed
Contract.
24
Section IV. General Conditions of Contract
25
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
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.
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.
26
The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.
5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
RA No. 3688 against any subcontractor be they an individual, firm,
partnership, corporation, or association supplying the Contractor with labor,
materials and/or equipment for the performance of this Contract.
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.
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.
27
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
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.
11.1. 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.
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.
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.
28
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.
15.1. 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.
29
Section V. Special Conditions of Contract
30
Special Conditions of Contract
GCC Clause
2 The intended completion date is on the 540th day upon receipt of the
Notice to Proceed (NTP).
3.1 The Procuring Entity shall give possession of all parts of the site to the
contractor.
11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within ten (10) days from receipt of the Notice
of Award.
11.2 The Program of Works shall be updated every thirty (30) days
13 The amount of the advance payment shall not be more than ten percent
(10%) of the contract price.
14 Materials and equipment delivered on the site but not completely put in
place and accepted by the Procuring Entity’s Representative shall not be
included for payment.
15.1 The Operating and Maintenance Manuals; and As-Built Drawings (One
Original in Mylar (size A1 and at least 75 microns), three (3) Blueprint
Copies (size A1 and 70 microns), Building Information Model (BIM)
and electronic file in USB) shall be submitted to and approved by the
Procuring Entity or its duly authorized representative before the issuance
of the Certificate of Completion.
31
15.2 The final payment shall be withheld for failing to submit the complete
set and copies of Operating and Maintenance Manuals, and As-Built
Drawings.
32
Section VI. Specifications
Due to large file format size, Specifications can be accessed through the link:
https://drive.google.com/drive/folders/1uNOTWdsUr97-7OB_It2HiSDWZ90TJXeC?
usp=drive_link
Hard copy of this Section will be provided upon purchase of the bidding document per
Invitation to Bid Item No. 5
33
Section VII. Drawings
Due to large file format size, Drawings can be accessed through the link:
https://drive.google.com/drive/folders/1ExQmvemy9yu9xNNPxG7m1-8Ggklii3Tk?u
sp=drive_link
Hard copy of this Section will be provided upon purchase of the bidding document per
Invitation to Bid Item No. 5
34
Section VIII. Bill of Quantities
Due to large file format size, Bill of Quantities can be accessed through the link:
In case of discrepancy/ies between the excel file and PDF format, the PDF format shall
prevail.
https://drive.google.com/drive/folders/1NpuYDvk04MugQf03p1oLzqna6neOzbh-?us
p=sharing
Hard copy of this Section will be provided upon purchase of the bidding document per
Invitation to Bid Item No. 5
35
Section IX. Checklist of Technical and Financial
Documents
36
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Legal Documents
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
(The SLCC shall be supported by an Owner’s Certificate of Final Acceptance issued
by the project owner other than the contractor or a final rating of at least
“Satisfactory” in the Constructors Performance Evaluation System (CPES). In case
of contracts with the private sector, an equivalent document shall be submitted.
These supporting documents shall be numbered and tabbed in the same sequence as
the list of contracts appears in this statement.); 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
⬜ c. List of contractor’s major equipment units, which are owned, leased, 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
37
⬜ (g) Original notarized Omnibus Sworn Statement (OSS);
and
or
Original Notarized Special Power of Attorney of all members of the joint venture
or consortium 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 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
⬜ (j) If applicable, duly signed joint venture agreement (JVA) or consortium agreement
in accordance with RA No. 4566 and its IRR for existing joint venture or
consortium
or
duly notarized statements from all the potential joint venture partners stating that
they will enter into and abide by the provisions of the Joint Venture Agreement in
case they win the bid.
⬜ (k) Original of duly signed and accomplished Financial Bid Form; and
⬜ (l) Original of duly signed Bid Prices in the Bill of Quantities; and
⬜ (n) Dayworks Schedule, indicating the unit prices of construction materials, labor
rates, and equipment; and
38
Bidding Forms
39
Annex “A”
BID FORM
Date : _________________
b. We offer to execute the Works for this Contract in accordance with the PBDs;
c. The total price of our Bid in words and figures, excluding any discounts offered
below is: [total bid price in words] and [total bid price in figures];
d. The discounts offered and the methodology for their application are: [insert
percentage or amount; and information for their application];
e. The total bid price includes the cost of all taxes, such as, but not limited to:
(i) value added tax (VAT), (ii) income tax, (iii) local taxes, and (iv) other fiscal
levies and duties, which are itemized herein and reflected in the detailed estimates,
f. Our Bid shall be valid within the period stated in the PBDs, and it shall remain
binding upon us at any time before the expiration of that period;
h. We are not participating, as Bidders, in more than one Bid in this bidding process,
other than alternative offers in accordance with the Bidding Documents;
i. We understand that this Bid, together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract between
us, until a formal Contract is prepared and executed; and
40
j. We understand that you are not bound to accept the Lowest Calculated Bid or any
other Bid that you may receive.
l. We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: _________________________________
Date: ___________________
41
Annex “B-1”
[Date of Issuance]
Dear _________________:
In compliance with the requirements of the BCDA Bids and Awards Committee for
Infrastructure Projects for the bidding of the Construction of Perimeter Fence and
Upgrading of UN Avenue at Morong Discovery Park (“the Project”), we hereby
certify the availability of the following equipment that is owned by [Name of Bidder]:
1.
2.
3.
4.
5.
6.
42
Annex “B-2”
[Date of Issuance]
Dear _________________:
In compliance with the requirements of the BCDA Bids and Awards Committee for
Infrastructure Projects for the bidding of the Construction of Perimeter Fence and
Upgrading of UN Avenue at Morong Discovery Park (“the Project”), we hereby
certify the availability of the following equipment that is under lease agreement
between our company and [Name of Bidder]:
1.
2.
3.
4.
5.
6.
43
Annex “B-3”
[Date of Issuance]
Dear _________________:
In compliance with the requirements of the BCDA Bids and Awards Committee for
Infrastructure Projects for the bidding of the Construction of Perimeter Fence and
Upgrading of UN Avenue at Morong Discovery Park (“the Project”), we hereby
certify the availability of the following equipment that is under purchase agreement
between our company and [Name of Bidder]:
1.
2.
3.
[Position]
[Name of Company]
44
Annex “C”
LIST OF KEY TECHNICAL PERSONNEL TO BE ASSIGNED TO THE PROJECT
Bidder : _________________________________________________
Project Deputy Highway/ Quantity Materials Safety and Pollution Site Site Site
Manager Project Road Surveyor Engineer Health Control Engineer 1 Engineer 2 Engineer 3
Manager Engineer II Officer Officer
Name
1. Address
2. Date of Birth
3. Education
Submitted by : ______________________________________________
(Printed Name & Signature of Authorized Representative)
Date : ___________________
45
Annex “D”
Profession: _________________________________________________________________
Education:
[Summarize college/university and other specialized education of staff members, giving names of schools, dates
attended, and degrees obtained. Use about one quarter of a page.]
Inclusive Dates
College/University Degree/Title Obtained
From To
(MM/DD/YY) (MM/DD/YY)
* Complete the details of the inclusive dates (month, day, and year)
* Complete the details of the inclusive dates (month, day and year)
46
Relevant Work Experience:
[Provide outline of projects undertaken using the matrix below]
Project Project Project Position and Start Date End Date
Title Description Owner Description of the (MM/DD/YYYY) (MM/DD/YYYY)
Nature of Work/ Engagement
in the project
(latest/most
recent)
(previous)
*Rank from latest/most recent to previous project
* Complete the details of the inclusive dates (month, day, and year)
On-Going Projects
[Provide outline of on-going projects using the matrix below]
Project Project Project Position and Start Date End Date
Title Description Owner Description of the (MM/DD/YYYY) (MM/DD/YYYY)
Nature of
Work/ Engagement
in the project
(latest/most recent)
(previous)
*Rank from latest/most recent to previous on-going project
* Complete the details of the inclusive dates (month, day, and year)
____ _
Certification:
I, [full name of nominated key technical personnel], certify that to the best of my knowledge
and belief, these data correctly describe me, my qualifications, and my experience.
Commitment:
[Name of Bidder] certifies that [full name of nominated key technical personnel] is employed
or will be employed to work full-time once the Project is awarded to [Name of Bidder]. In
case that she/he has any other ongoing projects, she/he will be pulled out therein or replaced
with another [proposed position] of equal or better qualifications.
__________________________________________________________Date: __________________
[Signature over printed name of nominated key technical personnel]
__________________________________________________________Date: __________________
[Signature over printed name of authorized representative]
47
Annex “E”
LIST OF EQUIPMENT OWNED OR LEASED AND/OR UNDER PURCHASE AGREEMENT, PLEDGED TO THE PROPOSED PROJECT
Business Name : __________________________________________________
Business Address : __________________________________________________
Capacity/ Motor No./ Proof of Ownership/
Description Model/Year Plate No. Location Condition
Performance/Size Body No. Lease/Purchase
A. Owned1
i.
ii.
iii.
B. Leased2
i.
ii.
iii.
C. Under Purchase
Agreement3
i.
ii.
iii.
1
Please refer to BDS Section 10.5a for the list of acceptable supporting documents for owned equipment
2
Please refer to BDS Section 10.5b for the list of acceptable supporting documents for leased equipment
3
Please refer to BDS Section 10.5c for the list of acceptable supporting documents for equipment under purchase agreement
Submitted by : ______________________________________________
(Printed Name & Signature of Authorized Representative)
Date : _______________________________________
48
Annex “F”
STATEMENT OF SINGLE LARGEST COMPLETED CONTRACT (SLCC)
Date: ____________
Dear_____________,
In compliance with the eligibility requirements for the bidding of Construction of Perimeter Fence and Upgrading of UN Avenue at Morong
Discovery Park, this is to certify that [name and complete address of Bidder] has the following completed government and private contracts:
Tab Name of Date of Contract Owner’s Nature Contractor’s Role Total Contract Date of Total Contract Value at Percentages of Value of
No. Contract Contract Duration Name and of Work (whether sole contractor, or Value at Award Completion Completion, if Planned & Actual Outstanding
Address partner in a JV) (in PhP) applicable (in PhP) Accomplishments, if Works, if
applicable applicable
(in PhP)
Yours sincerely,
49
Annex “G”
Date: ____________
Dear_____________,
In compliance with the eligibility requirements for the bidding of Construction of Perimeter Fence and Upgrading of UN Avenue at Morong Discovery Park , this is to certify
that [name and complete address of Bidder] has the following on-going government and private contracts. [Including contracts awarded but not yet started]:
Tab Name of Date of Contract Owner’s Nature Contractor’s Role Total Contract [Estimated] Total Contract Value at Percentages of Value of
No. Contract Contract Duration Name and of Work (whether sole contractor, Value at Award Date of Completion, if Planned & Actual Outstanding
Address subcontractor or partner (in PhP) Completion applicable Accomplishment, if Works, if
in a JV) (in PhP) applicable applicable
(in PhP)
Yours sincerely,
50
Annex “H”
OMNIBUS SWORN STATEMENT
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:
51
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;
7. [Name of Bidder] complies with existing labor laws and standards; and
9. [Name of Bidder] can receive procurement-related notices through the email address
provided below and such notices are automatically deemed received without the need
for a confirmation or acknowledgement:
10. [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,
52
personnel or representative of the government in relation to any procurement project
or activity.
11. 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.
_____________________________________
Bidder’s Representative/Authorized Signatory
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place
of execution], Philippines. Affiant/s is/are personally known to me and was/were identified
by me through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.
53
Annex “I”
Commitment to Execute a Joint Venture Agreement
__________________________________________________________________________________
AFFIDAVIT
We, the affiants named below, of legal age, after having been duly sworn to in accordance with law,
do hereby depose and state that:
1. We are the duly authorized and designated representatives of the following entities that intend to
participate in the [Name of the Project] of the [Name of the Procuring Entity] as a Joint Venture:
2. We are granted full power and authority to form a Joint Venture and enter into a Joint Venture
Agreement and perform any and all acts necessary to participate, submit, and to sign and execute
this commitment, 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. We will enter into and abide by the provisions of the JVA, as prescribed in Annex I-1 of the
Bidding Documents, and perform the obligations under the contract as a Joint Venture in the
instance that the bid is awarded to us; and
4. We will comply with the submission of required documents under Sec. 37.1.4 of the revised
Implementing Rules and Regulations of Republic Act No. 9184 otherwise known as the
Government Procurement Reform Act as a Joint Venture.
IN WITNESS WHEREOF, we have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
Affiant Affiant
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
54
Annex “J”
- and -
WITNESSETH: That
WHEREAS, BCDA has recently published an Invitation to Apply for Eligibility and
to Bid for the Supply and Delivery of ___________________ for the __________________ ;
WHEREAS, the parties have agreed to pool their resources together to form the
“_________________Joint Venture/Consortium”, hereinafter referred to as the Joint
Venture/Consortium, under the laws of the Philippines, for the purpose of participating in the
abovementioned procurement of BCDA;
NOW, THEREFORE, for and in consideration of the foregoing premises and the
covenants hereto set forth, the Parties have agreed as follows:
55
ARTICLE I
SECTION 1. Formation – The Parties do hereby agree and bind themselves to establish,
form and organize a Joint Venture pursuant to the laws of the Republic of the Philippines, in
order for the JV to carry on the purposes and objectives for which it is created;
SECTION 2. Name – The name and style under which the JV/Consortium shall be
conducted is “_________________”;
SECTION 3. Principal Place of Business – The JV/Consortium shall maintain its principal
place of business at ___________________________________________________________
;
SECTION 4. Preparation and Documentation – The Parties shall secure and/or execute
such certifications, documents, deeds and instruments as may be required by the laws of the
Republic of the Philippines for the realization of the JV/Consortium and in compliance with
the Project. Further, they shall do all other acts and things requisite for the continuation of
the JV/Consortium pursuant to applicable laws;
SECTION 6. The period of the Joint Venture/Consortium shall begin upon execution of this
Agreement and shall continue until the complete performance of its contractual obligations to
BCDA, as described in Article II hereof, or upon its termination for material breach of any
term or condition of this Agreement, by service of a written statement in English on the other
Party, not less than 90 days prior to the intended date termination
ARTICLE II
PURPOSE
56
ARTICLE III
SOLIDARY LIABILITY OF THE PARTIES
SECTION 1. In the performance of the contract/s that may be awarded to the Joint
Venture/Consortium by BCDA, and all other related activities/obligations, as described in
Article II hereof, the Parties bind themselves jointly and solidarily, in the concept of
solidarily debtors, subject to the right of reimbursement, as provided in the relevant
provisions of the Civil Code of the Philippines.
ARTICLE IV
CONTRIBUTION AND OTHER ARRANGEMENTS
A. - P .00
B. - P .00
TOTAL P .00
SECTION 2. Profit Sharing – The share of the Parties to the JV/Consortium from any profit
derived or obtained from the implementation and execution of the Project shall be distributed
pro rata to each, in accordance with the contribution and resources each has provided to the
JV/Consortium;
SECTION 3. Liquidation and Distributions – Any sum remaining after deducting from the
total of all moneys or benefits received for the performance of the contract, all costs incurred
by the JV/Consortium after award of the contract for the Project pursuant to the accounting
practices established for the JV/Consortium, shall be distributed in accordance with the
relative balances in the accounts of each Party pursuant to Sec.1 of this Article upon
completion, final accounting, termination and liquidation of the JV/Consortium. In the event
of liquidation and termination of JV/Consortium, and after taking into account the shares of
the Parties in all income, gain, deductions, expenses, and losses, should the account of a Party
contain a negative balance, such Party shall contribute cash to the JV/Consortium sufficient
to restore the said balance to zero;
SECTION 4. Sharing of Burden of a Net Loss – In case a net loss is incurred, additional
contributions shall be made by the Parties in accordance with their respective shares.
57
ARTICLE V
MISCELLANEOUS PROVISIONS
SECTION 1. The provisions of the Instructions to Bidders, Supplemental Bid Bulletin, and
other bidding documents issued by BCDA in relation to the contract described in Article II
hereof, shall be deemed incorporated in this Agreement and made an integral part thereof.
SECTION 2. This Agreement shall be binding upon and inure to the benefit of the Parties
and their respective successors and assigns.
SECTION 3. The Parties herein are duly represented by their authorized officers.
IN WITNESS WHEREOF, the parties have set their hands and affixed their signatures on the
date and place first above-stated.
______________________________ ______________________________
______________________________ ______________________________
________________________________
________________________________
__________________________________
__________________________________
58
ACKNOWLEDGMENT
BEFORE ME, a Notary Public for and in the City/Municipality of ___(indicate also the
Province in the case of Municipality___, this _______ day of __(month & year)__
personally appeared the following:
Known to me and to me known to be the same persons who executed the foregoing
instrument and they acknowledge to me that the same is their free and voluntary act and deed
and that of the corporation(s) they represent.
WITNESS MY HAND AND NOTARIAL SEAL on the place and on the date first
above written.
_______________________
(Notary Public)
Until
PTR No.
Date
Place
TIN
IBP
Doc. No. ;
Page No. ;
Book No. ;
Series of 20__.
Note: The competent evidence of identity for Notary shall comply with Sec. 12 (a), Rule II of the 2004 Rules on Notarial
Practice. “Sec. 12. Competent Evidence of Identity – The phrase “competent evidence of identity” refers to the
identification of an individual based on at least one current identification document issued by an official agency bearing
the photograph and signature of the individual, such as but not limited to, passport, driver’s license, Professional
Regulations Commission ID, National Bureau of Investigation clearance, police clearance, postal ID, voter’s ID,
Barangay certification, Government Service and Insurance System (GSIS) e-card, Social Security System (SSS) card,
Philhealth card, senior citizen card, Overseas Workers Welfare Administration (OWWA) ID, OFW ID, seaman’s book,
alien certificate of registration/immigrant certificate of registration, government office ID, certification from the National
Council for the Welfare of Disabled Persons (NCWDP), Department of Social Welfare and Development (DSWD)
certification;
59
Annex “K”
1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
contract with any procuring entity for a period of two (2) years upon receipt of your
Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6
of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days
from receipt of written demand by the procuring entity for the commission of acts
resulting to the enforcement of the bid securing declaration under Sections 23.1(b),
34.2, 40.1 and 69.1, except 69.1 (f), of the IRR of RA 9184; without prejudice to
other legal action the government may undertake:
3. I/We understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof pursuant to
your request;
(b) I am/we are declared ineligible or post-disqualified upon receipt of your notice
to such effect, and (i) I/we failed to timely file a request for reconsideration or
(ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared as the bidder with the Lowest Calculated Responsive Bid,
and I/we have furnished the performance security and signed the Contract.
60
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].
Affiant
61
Annex “L”
ANTECEDENTS
BCDA is desirous that the Contractor execute the Construction of Construction of Perimeter
Fence and Upgrading of UN Avenue at Morong Discovery Park (hereinafter called “the
Works”) and BCDA has accepted the Bid for ____________________ by the Contractor for
the execution and completion of such Works and the remedying of any defects therein.
1. In this Contract, words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents as required by the 2016 revised Implementing Rules and
Regulations of Republic Act No. 9184 shall be deemed to form and be read and construed
as part of this Contract, vis .:
i. Drawings/Plans;
62
ii. Specifications;
iii. Bill of Quantities;
iv. General and Special Conditions of Contract;
v. Supplemental or Bid Bulletins, if any;
c. Performance Security;
e. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the GPPB
that are subsequently required for submission after the contract execution
such as the Notice to Proceed, Variation Orders, and Warranty Security,
shall likewise form part of the Contract.
4. The BCDA agrees to pay the above-mentioned sum in accordance with the terms of the
Bidding.
5. Any amendment, modification or additional terms and conditions to this Contract shall be
made in writing and executed with the same formalities hereof.
GISELA Z. KALALO
Executive Vice President
63
ACKNOWLEDGMENT
BEFORE ME, a Notary Public, for and in Taguig City, personally appeared the following:
known to me to be the same persons who executed the foregoing instrument and they
acknowledge to me that their signatures confirm their own free acts and the entities they
represent.
Doc. No.
Page No.
Book No.
Series of 2024
64
Annex “M”
Due to large file format size, Detailed Estimates Form can be accessed through the link:
In case of discrepancy/ies between the excel file and PDF format, the PDF format shall
prevail.
https://drive.google.com/drive/folders/1VU9ks_XZUDNiP_6OmUANTVwjS__LJpe
D?usp=drive_link
Hard copy of this Section will be provided upon purchase of the bidding document per
Invitation to Bid Item No. 5
65
Annex “N-1”
DAYWORKS SCHEDULE
LABOR
10
66
Annex “N-2”
DAYWORKS SCHEDULE
MATERIALS
10
67
Annex “N-3”
DAYWORKS SCHEDULE
EQUIPMENT
10
68
Annex “O”
CASHFLOW BY QUARTER
Accomplishment
Cash flow
Cumulative
Accomplishment
Recoupment
Cumulative Cashflow
69
70