|
Reference Number
|
12641224
|
|
Procuring Entity
|
CITY OF CANLAON, NEGROS ORIENTAL
|
|
Title
|
IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG, Sitio Proper, Brgy. Bayog, Canlaon City
|
|
Area of Delivery
|
Negros Oriental
|
Printable Version
|
|
Solicitation Number:
|
2025-11-028
|
|
Trade Agreement:
|
Implementing Rules and Regulations
|
|
Procurement Mode:
|
Public Bidding
|
|
Classification:
|
Civil Works
|
|
Category:
|
Construction Projects
|
|
Approved Budget for the Contract:
|
PHP 1,996,190.54
|
|
Contract Duration:
|
45 Day/s
|
|
Client Agency:
|
|
|
|
Contact Person:
|
Alice D Mcguiggan
BAC Secretary
Lopez Jaena Street, Brgy. Mabigo, Canlaon City
Canlaon City
Negros Oriental
Philippines 6223
63-9-9175617931
bacofficelgucanlaon@yahoo.com
|
|
Status
|
Active
|
|
Associated Components
|
Order
|
|
Bid Supplements
|
0
|
|
Document Request List
|
0
|
|
Date Published
|
06/12/2025
|
|
Last Updated / Time
|
06/12/2025 12:00 AM
|
|
Closing Date / Time
|
29/12/2025 10:00 AM
|
|
Description
|
Republic of the Philippines
City of Canlaon
OFFICE OF THE BIDS AND AWARDS COMMITTEE
INVITATION TO BID FOR THE IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG
The Local Government of Canlaon City, through the AIP 2024 intends to apply the sum One Million, Nine Hundred Ninety-six Thousand, One Hundred Ninety &
54/100 (P1,996,190.54) being the Approved Budget for the Contract (ABC) to payments under the contract for the IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG,
Sitio Proper, Brgy. Bayog, Canlaon City. Bids received in excess of the ABC shall be automatically rejected at bid opening.
The Local Government of Canlaon City, now invites bids for the IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG, Sitio Proper, Brgy. Bayog, Canlaon City. Completion
of the Works is required 45 calendar days. Bidders should have completed within ten (10) years prior to the date of submission and receipt of bids, a
contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instruction to
Bidders.
Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the Implementing
Rules and Regulations (IRR) of Republic Act (RA) No. 9184, otherwise known as the “Government Procurement Reform Act”.
Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for eligibility provided in the Implementing Rules and
Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the Government Procurement Reform Act”.
Interested bidders may obtain further information from the Local Government Unit, Canlaon City at the Office of the Bids and Awards Committee, Canlaon
Cityand inspect the bidding documents from 8:00 AM to 5:00 PM, Monday to Friday.
A complete set of Bidding Documents may be purchased by interested Bidders starting December 6, 2025 to December 29, 2025 until 10:00 AM at the Office of
the Bids and Awards Committee, Canlaon City, and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by
the GPPB, in the amount of Five Thousand (P5,000.00) Pesos. The Procuring Entity shall allow bidder to present its proof of payment for the fees by
facsimile.
Bidding Documents 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 fee for the Bidding Documents not later that the submission of their bids.
The Local Government of Canlaon City will hold a Pre-Bid Conference on December 16, 2025-11:00 AM at the Office of the Bids and Awards Committee 2nd Floor,
City Hall Building, Canlaon City, which shall be open prospective bidders.
Bids must be received by the BAC Secretariat through manual submission on or before December 29, 2025- 10:00 AM at the Office of the Bids and Awards
Committee, 2nd Floor, City Hall Building, Canlaon City.
All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.
Bid opening shall be on December 29, 2025- 10:00 AM at the Office of the Bids and Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids will
be opened in the presence of the bidders’ representatives who choose to attend the activity.
Bids will be opened in the presence of the bidders’ representative who choose to attend at the address below, late bids shall not be accepted.
For the purpose of constituting a quorum, either the physical and virtual presence of the BAC member shall be considered pursuant to GPPB Resolution No.
09-2020.
The Local Government Unit of Canlaon City reserves the right to accept or reject any bid, to annual the bidding process, and to reject all bids at any time
prior to contract award, without thereby incurring any liability to the affected bidder or bidders.
For further information, please refer to:
ALICE D. MCGUIGGAN
BAC Secretariat
Mobile No. 0917-561-7931
Email Address: bacofficelgucanlaon@yahoo.com
Date of posting: December 5, 2025
ZOSILITO A. ONGCO
BAC Vice-Chairman
Republic of the Philippines
City of Canlaon
BIDS AND AWARDS COMMITTEE
Control No.: 01
BID FORM
NAME OF PROJECT: IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG
LOCATION: Sitio Proper, Brgy. Bayog, Canlaon City
BILL OF QUANTITIES
Item No. ITEM DESCRIPTION Quantity Unit Unit Price (Pesos) Amount (Pesos)
I DRILLING 1 set
TOTAL
Submitted by:
Name and Signature of Bidder/Authorized Representative
Date:
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Class “A” Documents
Legal Documents
⬜
(a) Valid and UPDATED PhilGEPS Registration Certificate (Platinum Membership) (all pages) in accordance with Section 8.5.2 of the IRR;
Technical Documents
⬜
(b) Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awarded but not yet started, if any,
whether similar or not similar in nature and complexity to the contract to be bid; and
⬜
(c) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided under the
rules; and
⬜
(d) Special PCAB License in case of Joint Venturesand registration for the type and cost of the contract to be bid; and
⬜
(e) Original copy of Bid Security. If in the form of a Surety Bond, submit also a certification issued by the Insurance Commissionororiginal copy of
Notarized Bid Securing Declaration; and
(f) Project Requirements, which shall include the following:
⬜
a. Organizational chart for the contract to be bid;
⬜
b. List of contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be
bid, with their complete qualification and experience data;
⬜
c. List of contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership or
certification of availability of equipment from the equipment lessor/vendor for the duration of the project, as the case may be; and
⬜ ⬜ ⬜ ⬜ ⬜
d. Duly Signed Construction Schedule and S-Curve
e. Duly Signed Manpower Schedule
f. Duly Signed Construction Methods in Narrative Form
g. Dully Signed Equipment Utilization Schedule
h. Duly Signed Affidavit of Site Inspection
i. Dully Signed Construction Safety and Health Program
⬜
(g) Original duly signed Omnibus Sworn Statement (OSS)and if applicable, Original Notarized Secretary’s Certificate in case of a corporation,
partnership, or cooperative; or Original Special Power of Attorney of all members of the joint venture giving full power and authority to its officer to
sign the OSS and do acts to represent the Bidder.
Financial Documents
⬜
(h) The prospective bidder’s computation of Net Financial Contracting Capacity (NFCC).
Class “B” Documents
⬜
(i) If applicable, duly signed joint venture agreement (JVA) in accordance with RA No. 4566 and its IRR in case the joint venture is already in existence
or
duly notarized statements from all the potential joint venture partners stating that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful.
II. FINANCIAL COMPONENT ENVELOPE
⬜
(j) Original of duly signed and accomplished Financial Bid Form; and
Other documentary requirements under RA No. 9184
⬜
(k) Original of duly signed Bid Prices in the Bill of Quantities; and
⬜
(l) Duly accomplished Detailed Estimates Form, including a summary sheet indicating the unit prices of construction materials, labor rates, and equipment
rentals used in coming up with the Bid; and
⬜
(m) Cash Flow by Quarter.
PHILIPPINE BIDDING DOCUMENTS
Procurement of INFRASTRUCTURE PROJECTS
Government of the Republic of the Philippines
Sixth Edition
July 2020
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Infrastructure Projects (hereinafter referred to also as the “Works”) through
Competitive Bidding have been prepared by the Government of the Philippines for use by all branches, agencies, departments, bureaus, offices, or
instrumentalities of the government, including government-owned and/or -controlled corporations, government financial institutions, state universities and
colleges, local government units, and autonomous regional government. The procedures and practices presented in this document have been developed through
broad experience, and are for mandatory use in projects that are financed in whole or in part by the Government of the Philippines or any foreign
government/foreign or international financing institution in accordance with the provisions of the 2016 revised Implementing Rules and Regulations (IRR) of
Republic Act (RA) No. 9184.
The PBDs are intended as a model for admeasurements (unit prices or unit rates in a bill of quantities) types of contract, which are the most common in
Works contracting.
The Bidding Documents shall clearly and adequately define, among others: (i) the objectives, scope, and expected outputs and/or results of the proposed
contract; (ii) the eligibility requirements of Bidders; (iii) the expected contract duration; and (iv)the obligations, duties, and/or functions of the
winning Bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the requirements of the specific Works to be procured. If duplication of
a subject is inevitable in other sections of the document prepared by the Procuring Entity, care must be exercised to avoid contradictions between clauses
dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the Procuring Entity or the person drafting the Bidding Documents. They
shall not be included in the final documents. The following general directions should be observed when using the documents:
a. All the documents listed in the Table of Contents are normally required for the procurement of Infrastructure Projects. However, they should be adapted
as necessary to the circumstances of the particular Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for bid submission,” should be furnished in the Instructions to
Bidders, Bid Data Sheet, and Special Conditions of Contract. The final documents should contain neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to Bid, BDS, General Conditions of Contract, Special Conditions of
Contract, Specifications, Drawings, and Bill of Quantities are not part of the text of the final document, although they contain instructions that the
Procuring Entity should strictly follow.
d. The cover should be modified as required to identify the Bidding Documents as to the names of the Project, Contract, and Procuring Entity, in addition
to date of issue.
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.
TABLE OF CONTENTS
Glossary of Terms, Abbreviations, and Acronyms 5
Section I. Invitation to Bid 8
Section II. Instructions to Bidders 11
1. Scope of Bid 12
2. Funding Information 12
3. Bidding Requirements 12
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices 13
5. Eligible Bidders 13
6. Origin of Associated Goods 13
7. Subcontracts 13
8. Pre-Bid Conference 14
9. Clarification and Amendment of Bidding Documents 14
10. Documents Comprising the Bid: Eligibility and Technical Components 14
11. Documents Comprising the Bid: Financial Component 15
12. Alternative Bids 15
13. Bid Prices 15
14. Bid and Payment Currencies 16
15. Bid Security 16
16. Sealing and Marking of Bids 16
17. Deadline for Submission of Bids 16
18. Opening and Preliminary Examination of Bids 17
19. Detailed Evaluation and Comparison of Bids 17
20. Post Qualification 17
21. Signing of the Contract 17
Section III. Bid Data Sheet 18
Section IV. General Conditions of Contract 20
1. Scope of Contract 21
2. Sectional Completion of Works 21
3. Possession of Site 21
4. The Contractor’s Obligations 21
5. Performance Security 22
6. Site Investigation Reports 22
7. Warranty 22
8. Liability of the Contractor 22
9. Termination for Other Causes 22
10. Dayworks 23
11. Program of Work 23
12. Instructions, Inspections and Audits 23
13. Advance Payment 23
14. Progress Payments 23
15. Operating and Maintenance Manuals 23
Section V. Special Conditions of Contract 25
Section VI. Specifications 28
Section VII. Drawings 30
Section VIII. Bill of Quantities 31
Section IX. Checklist of Technical and Financial Documents 33
Glossary of
Terms, Abbreviations, and Acronyms
ABC –Approved Budget for the Contract.
ARCC – Allowable Range of Contract Cost.
BAC – Bids and Awards Committee.
Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and in consonance with the requirements of the bidding
documents. Also referred to as Proposal and Tender. (2016 revised IRR, Section 5[c])
Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who submits a bid in response to the requirements of the Bidding
Documents. (2016 revised IRR, Section 5[d])
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids, furnishing all information necessary for a prospective bidder to
prepare a bid for the Goods, Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016 revised IRR, Section 5[e])
BIR – Bureau of Internal Revenue.
BSP – Bangko Sentral ng Pilipinas.
CDA – Cooperative Development Authority.
Consulting Services – Refer to services for Infrastructure Projects and other types of projects or activities of the GOP requiring adequate external
technical and professional expertise that are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to: (i) advisory and
review services; (ii) pre-investment or feasibility studies; (iii) design; (iv) construction supervision; (v) management and related services; and (vi)
other technical services or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier or Manufacturer or Distributor or Service Provider for
procurement of Goods and Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for Procurement of Consulting
Services; as the case may be, as recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring Entity and to whom the Contract to execute the Work was
awarded. Contractor as used in these Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.
CPI – Consumer Price Index.
DOLE – Department of Labor and Employment.
DTI – Department of Trade and Industry.
Foreign-funded Procurement or Foreign-Assisted Project –Refers to procurement whose funding source is from a foreign government, foreign or international
financing institution as specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section 5[b]).
GFI – Government Financial Institution.
GOCC –Government-owned and/or –controlled corporation.
Goods – Refer to all items, supplies, materials and general support services, except Consulting Services and Infrastructure Projects, which may be needed
in the transaction of public businesses or in the pursuit of any government undertaking, project or activity, whether in the nature of equipment,
furniture, stationery, materials for construction, or personal property of any kind, including non-personal or contractual services such as the repair and
maintenance of equipment and furniture, as well as trucking, hauling, janitorial, security, and related or analogous services, as well as procurement of
materials and supplies provided by the Procuring Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance services, and other services essential to the operation of the
Procuring Entity. (2016 revised IRR, Section 5[r])
GOP – Government of the Philippines.
Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition, repair, restoration or maintenance of roads and bridges,
railways, airports, seaports, communication facilities, civil works components of information technology projects, irrigation, flood control and drainage,
water supply, sanitation, sewerage and solid waste management systems, shore protection, energy/power and electrification facilities, national buildings,
school buildings, hospital buildings, and other related construction projects of the government. Also referred to as civil works or works. (2016 revised
IRR, Section 5[u])
LGUs – Local Government Units.
NFCC – Net Financial Contracting Capacity.
NGA – National Government Agency.
PCAB – Philippine Contractors Accreditation Board.
PhilGEPS - Philippine Government Electronic Procurement System.
Procurement Project – refers to a specific or identified procurement covering goods, infrastructure project or consulting services. A Procurement Project
shall be described, detailed, and scheduled in the Project Procurement Management Plan prepared by the agency which shall be consolidated in the procuring
entity"s Annual Procurement Plan. (GPPB Circular No. 06-2019 dated 17 July 2019)
PSA – Philippine Statistics Authority.
SEC – Securities and Exchange Commission.
SLCC – Single Largest Completed Contract.
UN – United Nations.
SCC-Special Conditions of Contract
Section I. Invitation to Bid
Notes on the Invitation to Bid
The Invitation to Bid (IB) provides information that enables potential Bidders to decide whether to participate in the procurement at hand. The IB shall be
posted in accordance with Section 21.2 of the 2016 revised IRR of RA No. 9184.
Apart from the essential items listed in the Bidding Documents, the IB should also indicate the following:
a. The date of availability of the Bidding Documents, which shall be from the time the IB is first advertised/posted until the deadline for the submission
and receipt of bids;
b. The place where the Bidding Documents may be acquired or the website where it may be downloaded;
c. The deadline for the submission and receipt of bids; and
d. Any important bid evaluation criteria.
The IB should be incorporated into the Bidding Documents. The information contained in the IB must conform to the Bidding Documents and in particular to
the relevant information in the Bid Data Sheet.
Republic of the Philippines
City of Canlaon
OFFICE OF THE BIDS AND AWARDS COMMITTEE
INVITATION TO BID FOR THE IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG
The Local Government of Canlaon City, through the AIP 2024 intends to apply the sum One Million, Nine Hundred Ninety-six Thousand, One Hundred Ninety &
54/100 (P1,996,190.54) being the Approved Budget for the Contract (ABC) to payments under the contract for the IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG,
Sitio Proper, Brgy. Bayog, Canlaon City. Bids received in excess of the ABC shall be automatically rejected at bid opening.
The Local Government of Canlaon City, now invites bids for the IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG, Sitio Proper, Brgy. Bayog, Canlaon City. Completion
of the Works is required 45 calendar days. Bidders should have completed within ten (10) years prior to the date of submission and receipt of bids, a
contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instruction to
Bidders.
Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the Implementing
Rules and Regulations (IRR) of Republic Act (RA) No. 9184, otherwise known as the “Government Procurement Reform Act”.
Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for eligibility provided in the Implementing Rules and
Regulations (IRR) of Republic Act (RA) 9184, otherwise known as the Government Procurement Reform Act”.
Interested bidders may obtain further information from the Local Government Unit, Canlaon City at the Office of the Bids and Awards Committee, Canlaon
Cityand inspect the bidding documents from 8:00 AM to 5:00 PM, Monday to Friday.
A complete set of Bidding Documents may be purchased by interested Bidders starting December 6, 2025 to December 29, 2025 until 10:00 AM at the Office of
the Bids and Awards Committee, Canlaon City, and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by
the GPPB, in the amount of Five Thousand (P5,000.00) Pesos. The Procuring Entity shall allow bidder to present its proof of payment for the fees by
facsimile.
Bidding Documents 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 fee for the Bidding Documents not later that the submission of their bids.
The Local Government of Canlaon City will hold a Pre-Bid Conference on December 16, 2025-11:00 AM at the Office of the Bids and Awards Committee 2nd Floor,
City Hall Building, Canlaon City, which shall be open prospective bidders.
Bids must be received by the BAC Secretariat through manual submission on or before December 29, 2025- 10:00 AM at the Office of the Bids and Awards
Committee, 2nd Floor, City Hall Building, Canlaon City.
All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.
Bid opening shall be on December 29, 2025- 10:00 AM at the Office of the Bids and Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids will
be opened in the presence of the bidders’ representatives who choose to attend the activity.
Bids will be opened in the presence of the bidders’ representative who choose to attend at the address below, late bids shall not be accepted.
For the purpose of constituting a quorum, either the physical and virtual presence of the BAC member shall be considered pursuant to GPPB Resolution No.
09-2020.
The Local Government Unit of Canlaon City reserves the right to accept or reject any bid, to annual the bidding process, and to reject all bids at any time
prior to contract award, without thereby incurring any liability to the affected bidder or bidders.
For further information, please refer to:
ALICE D. MCGUIGGAN
BAC Secretariat
Mobile No. 0917-561-7931
Email Address: bacofficelgucanlaon@yahoo.com
Date of posting: December 5, 2025
ZOSILITO A. ONGCO
BAC Vice-Chairman
Section II. Instructions to Bidders
Notes on the Instructions to Bidders
This Section on the Instruction to Bidders (ITB) provides the information necessary for bidders to prepare responsive bids, in accordance with the
requirements of the Procuring Entity. It also provides information on bid submission, eligibility check, opening and evaluation of bids,
post-qualification, and on the award of contract.
1. Scope of Bid
The Procurement Project IMPROVEMENT OF WATER SYSTEM BRGY. BAYOG, Sitio Proper, Brgy. Bayog, Canlaon City, is for the construction of Works, as described in
Section VI
2. Funding Information
2.1. The GOP through the source of funding as indicated below for AIP 2024 in the amount of One Million, Nine Hundred Ninety-six Thousand, One Hundred
Ninety & 54/100 (P1,996,190.54) Pesos.
2.2. The source of funding is: LGUs, the proposed Local Expenditure Program.
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and its 2016 revised IRR, including its Generic Procurement Manual and
associated policies, rules and regulations as the primary source thereof, while the herein clauses shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only to the ongoing posting, advertisement, or invitation to bid by the BAC
through the issuance of a supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site, determined the general characteristics of the contracted Works
and the conditions for this Project, such as the location and the nature of the work; (b) climatic conditions; (c) transportation facilities; (c) nature
and condition of the terrain, geological conditions at the site communication facilities, requirements, location and availability of construction
aggregates and other materials, labor, water, electric power and access roads; and (d) other factors that may affect the cost, duration and execution or
implementation of the contract, project, or work and examine all instructions, forms, terms, and project requirements in the Bidding Documents.
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices
The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest standard of ethics during the procurement and execution of the
contract. They or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and obstructive practices defined under Annex “I” of
the 2016 revised IRR of RA No. 9184 or other integrity violations in competing for the Project.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable will be evaluated.
5.2. The Bidder must have an experience of having completed a Single Largest Completed Contract (SLCC) that is similar to this Project, equivalent to at
least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current prices using the PSA’s CPI, except under conditions provided for in
Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.
A contract is considered to be “similar” to the contract to be bid if it has the major categories of work stated in the BDS.
5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for this purpose.
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the 2016 IRR of RA No. 9184.
6. Origin of Associated Goods
There is no restriction on the origin of Goods other than those prohibited by a decision of the UN Security Council taken under Chapter VII of the Charter
of the UN.
7. Subcontracts-subcontracting is not allowed
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on December 16, 2025 – 11:00 AM, at the Office of the Bids and Awards Committee, 2nd
Floor, City Hall Building, Canlaon City, as indicated in paragraph 6 of the IB.
9. Clarification and Amendment of Bidding Documents
Prospective bidders may request for clarification on and/or interpretation of any part of the Bidding Documents. Such requests must be in writing and
received by the Procuring Entity, either at its given address or through electronic mail indicated in the IB, at least ten (10) calendar days before the
deadline set for the submission and receipt of Bids.
10. Documents Comprising the Bid: Eligibility and Technical Components
10.1. The first envelope shall contain the eligibility and technical documents of the Bid as specified in Section IX. Checklist of Technical and Financial
Documents.
10.2. If the eligibility requirements or statements, the bids, and all other documents for submission to the BAC are in foreign language other than
English, it must be accompanied by a translation in English, which shall be authenticated by the appropriate Philippine foreign service establishment,
post, or the equivalent office having jurisdiction over the foreign bidder’s affairs in the Philippines. For Contracting Parties to the Apostille
Convention, only the translated documents shall be authenticated through an apostille pursuant to GPPB Resolution No. 13-2019 dated 23 May 2019. The
English translation shall govern, for purposes of interpretation of the bid.
10.3. A valid special PCAB License in case of Joint Ventures, and registration for the type and cost of the contract for this Project. Any additional type
of Contractor license or permit shall be indicated in the BDS.
10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers, Materials Engineers, and Foremen) assigned to the contract to be
bid, with their complete qualification and experience data shall be provided. These key personnel must meet the required minimum years of experience set in
the BDS.
10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership,
certification of availability of equipment from the equipment lessor/vendor for the duration of the project, as the case may be, must meet the minimum
requirements for the contract set in the BDS.
11. Documents Comprising the Bid: Financial Component
11.1. The second bid envelope shall contain the financial documents for the Bid as specified in Section IX. Checklist of Technical and Financial
Documents.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be accepted.
12. Alternative Bids
Bidders shall submit offers that comply with the requirements of the Bidding Documents, including the basic technical design as indicated in the drawings
and specifications. Unless there is a value engineering clause in the BDS, alternative Bids shall not be accepted.
13. Bid Prices
All bid prices for the given scope of work in the Project as awarded shall be considered as fixed prices, and therefore not subject to price escalation
during contract implementation, except under extraordinary circumstances as determined by the NEDA and approved by the GPPB pursuant to the revised
Guidelines for Contract Price Escalation guidelines.
14. Bid and Payment Currencies
14.1. Bid prices may be quoted in the local currency or tradeable currency accepted by the BSP at the discretion of the Bidder. However, for purposes of
bid evaluation, Bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.
14.2. Payment of the contract price shall be made in: Philippine Pesos.
15. Bid Security
15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.
15.2. The Bid and bid security shall be valid until April 29, 2026 Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.
16. Sealing and Marking of Bids
Each Bidder shall submit one copy of the first and second components of its Bid.
The Procuring Entity may request additional hard copies and/or electronic copies of the Bid. However, failure of the Bidders to comply with the said
request shall not be a ground for disqualification.
If the Procuring Entity allows the submission of bids through online submission to the given website or any other electronic means, the Bidder shall submit
an electronic copy of its Bid, which must be digitally signed. An electronic copy that cannot be opened or is corrupted shall be considered non-responsive
and, thus, automatically disqualified.
17. Deadline for Submission of Bids
The Bidders shall submit on the specified date and time and either at its physical address or through online submission as indicated in paragraph 7 of the
IB.
18. Opening and Preliminary Examination of Bids
18.1. The BAC shall open the Bids in public at the time, on the date, and at the place specified in paragraph 9 of the IB. The Bidders’ representatives
who are present shall sign a register evidencing their attendance. In case videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.
18.2. The preliminary examination of Bids shall be governed by Section 30 of the 2016 revised IRR of RA No. 9184.
19. Detailed Evaluation and Comparison of Bids
19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of all Bids rated “passed” using non-discretionary pass/fail
criteria. The BAC shall consider the conditions in the evaluation of Bids under Section 32.2 of 2016 revised IRR of RA No. 9184.
20. Post Qualification
Within a non-extendible period of five (5) calendar days from receipt by the Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid,
the Bidder shall submit its latest income and business tax returns filed and paid through the BIR Electronic Filing and Payment System (eFPS), and other
appropriate licenses and permits required by law and stated in the BDS.
21. Signing of the Contract
The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall form part of the Contract. Additional Contract documents are indicated
in the BDS.
Section III. Bid Data Sheet
Notes on the Bid Data Sheet (BDS)
The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in detail, information, or requirements included in the ITB found in
Section II, which are specific to each procurement.
This Section is intended to assist the Procuring Entity in providing the specific information in relation to corresponding clauses in the ITB and has to be
prepared for each specific procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the circumstances of the Procuring Entity, the processing of the
procurement, and the bid evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects should be checked:
a. Information that specifies and complements provisions of the ITB must be incorporated.
b. Amendments and/or supplements, if any, to provisions of the ITB as necessitated by the circumstances of the specific procurement, must also be
incorporated.
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts s
|
|
|
|
|