Download as pdf or txt
Download as pdf or txt
You are on page 1of 2

Republic of the Philippines

BIDS AND AWARDS COMMITTEE FOR INFRASTRUCTURE


City Government of Baguio

INSTRUCTION TO BIDDERS
(Per Revised IRR of R.A. 9184)

Date of Bid Opening: April 11, 2018

I. BIDDING PROCEDURES AND GUIDELINES SHALL CONFORM WITH THE REVISED IRR OF R.A. 9184
which can be downloaded at www.gppb.gov.ph.

II. DOCUMENTS TO BE SUBMITTED FOR BID OPENING – Three (3) envelopes containing the following:

ENVELOPE “A” – ELIGIBILITY AND TECHNICAL DOCUMENTS

A.1 Eligibility Certificate from the Bids and Awards Committee (BAC) for those who have maintained current and updated eligibility
documents with the BAC.

OR:

1. Eligibility Requirements:

a) Class “A” Documents


Legal Documents
i) Registration certificate from SEC, Department of Trade and Industry (DTI) for sole proprietorship, or CDA for
cooperatives, or any proof of such registration;

ii) Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is
located; In cases of recently expired Mayor’s permit, it shall be accepted together with the official receipt as proof
that the bidder has applied for renewal within the period prescribed by the concerned local government unit:
Provided, that the renewed permit shall be submitted as a post-qualification requirement in accordance with Sec.
34.2 of the IRR.

iii) Tax Clearance per Executive Order No. 398, s. 2005 as finally reviewed and approved by the BIR. Submission
of BIR receipt for renewal of Tax Clearance will not suffice in lieu of a valid Tax Clearance Requirement since
substitution is not allowed under Section 34.2 of the IRR of RA 9184.

Technical Documents
iv) Statement of the prospective bidder of all its Ongoing Contracts, government and private contracts, including
contracts awarded but not yet started, if any, whether similar or not similar in nature and Statement of Single
Similar Largest Completed Contract, within the relevant period as provided in the bidding documents with proof of
award and acceptance. Please attach Certificate of On-going contracts (with or without on-going contracts) from
the Implementing Offices indicating the percentage of completion/status of implementation from CEO, CBAO,
DepEd, DPWH. If no awarded projects from the DPWH, please submit an Affidavit stating that the bidder has no
awarded projects.

v) A Valid Philippine Contractors Accreditation Board (PCAB) license and registration for the type and cost of the
contract to be bid. (NOTE: Official Receipt/Certificate of Renewal shall not be accepted)

vi) PhilGEPS Certificate of Registration and membership in accordance with Sec. 8.5.2 of the IRR, except for foreign
bidders participating in the procurement by a Philippine Foreign Service Office or Post, which shall submit their
eligibility documents under Sec. 23.1 of the IRR: Provided, That the winning bidder shall register with the
PhilGEPS in accordance with Sec. 37.1.4 of the IRR.
Financial Document
vi) The prospective bidder’s audited statements, showing, among others, the prospective bidder’s total and current
assets and liabilities, with 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;

vii) The prospective bidder’s computation for its Net Financial Contracting Capacity (NFCC).

b) Class “B” Documents (if applicable)


Valid joint venture agreement (JVA), in case a joint venture is already in existence. In the absence of a JVA, 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, shall be included in the bid. Failure to enter into a joint
venture in the event of a contract award be ground for the forfeiture of the bid security. Each partner of the joint
venture shall submit the legal eligibility documents. The submission of technical and financial documents by any of
the joint venture partners constitutes compliance.

A.2 Bid Security in the prescribed form, amount and validity period together with Official Receipt of Premium Payment. The Bidders
shall submit a Bid Securing Declaration, or any form of Bid Security, in the amount not less than the required
percentage of the ABC in accordance with the following schedule:
Amount of Bid Security
Form of Bid Security
(Equal to percentage of the ABC)
a) Cash, cashier’s/Manager’s check, issued by a Universal or Commercial Bank. For
bidding conducted by LGUs, the cashier’s/manager’s check may be issued by
other banks certified by the BSP as authorized to issue such financial instrument.
b) Bank draft/guarantee or Irrevocable letter of credit issued by a Universal or
Commercial Bank: Provided, however, that it shall be confirmed or authenticated Two percent (2%)
by a Universal or Commercial Bank, if issued by a foreign bank. For biddings
conducted by LGUs, bank draft/guarantee or irrevocable letter of credit may be
issued by other banks as certified by the BSP as authorized to issue such
financial instrument.

Page - 1 of 2 -
……Continuation Envelope “A”…..

Amount of Bid Security


Form of Bid Security
(Equal to percentage of the ABC)

c) Surety bond callable upon demand issued by a surety or insurance company duly
Five percent (5%)
certified by the Insurance Commission as authorized to issue such security.
d) Bid Securing Declaration
No percentage required

A.3 Project Requirements, which shall include the following:


a) Organizational chart (indicate complete names of personnel and position titles) for the contract to be bid;
b) List of contractor’s personnel (viz, Project Manager, Project Engineers, Material Engineers, and Foremen), to be
assigned to the contract to be bid, with their complete qualification and experience data and copy of license;
c) List of contractor’s equipment units, which are owned, leased, and/or under purchase agreements, supported by
certification of availability of equipment from the equipment lessor/vendor for the duration of the project; and proof of
ownership for vehicles, attached Certificate(s) of Registration (CR) and updated registration, Official Receipt (OR) of
all the equipment needed.
A.4 Sworn statement by the prospective bidder or its duly authorized representative in the form prescribed by the GPPB as to
the following (please use the herein attached affidavit):
a) It is not “blacklisted” or barred from bidding by the GOP or any of its agencies, offices, corporations, or LGUs,
including foreign government/foreign or international financing institution whose blacklisting rules have been
recognized by the GPPB;
b) Each of the documents submitted in satisfaction of the bidding requirements is an authentic copy of the original,
complete, and all statements and information provided therein are true and correct;
c) It is authorizing the Head of the Procuring Entity of his duly authorized representative/s to verify all the documents
submitted;
d) It 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;
e) It complies with the disclosure provision under 47 of the Act in relation to other provisions of R.A. 3019;
f) It complies with existing labor laws and standards;
g) It complies with the responsibilities of a prospective or eligible bidder; and
h) Did not pay (directly or indirectly) any commission, amount, fee, or any form of consideration in relation to any
procurement project or activity.

A.5 Official Receipt and Order of Payment for purchase of Bid Documents;
A.6 Instruction to Bidders

ENVELOPE “B” – FINANCIAL PROPOSAL DOCUMENTS

B.1 Bid Proposal Form (please indicate unit prices/quantities, Total Bid Price in Figures & in Words)
B.2 Detailed Estimate – presentation of labor should not be percentage of materials, but specify the number of manpower
and days. Tax Component should only cover labor and equipment rental.
B.3 Summary or Breakdown of the major project components in the bid documents, as follows:

Total Amount for : 1) Materials, 2) Labor, 3) Equipment Rental, 4) Indirect Cost

B.4 Plans and specifications of the project to bid


B.5 Cash flow by the quarter and payments schedule
ENVELOPE “C” – ADDITIONAL REQUIREMENTS

C.1 Latest income & business tax returns

All bid documents, per envelope, must be properly book bound (Side Folder Clips and Fasteners are not allowed) for Envelopes
A & B only. All entries therein SHOULD BE LEGIBLE. The contents must be numbered/paginated consecutively with the corresponding
ear-tags. Include Table of Content, per envelope, signed by the duly authorized representative.
All bid forms should be properly accomplished and non-compliance to any requirement shall be a ground for disqualification.
Envelopes shall be properly labeled indicating envelope A or B, the name of your firm, the number (as published/posted) and title
of the project.
Example:

Envelope A – Eligibility and Technical Documents Envelope B – Financial Proposal Documents


ABC Construction ABC Construction

Project No. n (as posted) – Title of Project Project No. n (as posted) – Title of Project

Please take note of the schedules of bidding as published/posted at the:


Published/Posted Date of Posting/Publication
1 Baguio Local Web www.baguio.gov.ph Mar. 19-April 10, 2018
2 G-EPS www.philgeps.gov.ph Mar.19-April 10, 2018
3 BAC Bulletin located at the 1ST Floor City Hall Lobby Mar. 19-April 10, 2018

III. THE CITY GOVERNMENT OF BAGUIO, THRU THE BIDS AND AWARDS COMMITTEE, RESERVES THE RIGHT TO ACCEPT OR
REJECT ANY BID, TO ANNUL 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.

Please be guided accordingly.


(Signed)
LETICIA O. CLEMENTE
BAC Chairperson

Page - 2 of 2 -

You might also like