Checklist of Eligibility Requirements For Infrastructure

You might also like

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 19

CHECKLIST OF ELIGIBILITY REQUIREMENTS FOR INFRASTRUCTURE

DATE: _______________________
BIDDER: _____________________________
_____________________________

The following documents are submitted by prospective bidders inside an envelope marked
“ELIGIBILITY”. Any missing documents is a ground for outright rejection of the bid. Prospective
bidders may seek advice from the BACTWG for the preparation of Bidding documents.

Envelop A
CLASS “A” LEGAL DOCUMENTS
1. Eligibility requirements under Section 23.3
 Department of Trade & Industry (DTI) business name registration or SEC Registration
Certificate, whichever may be appropriate under existing laws of the Philippines, supported
with necessary information using the prescribed forms.
 Valid current Municipal Mayor’s permit/municipal license
 BIR registration certification, which contains TIN
 BIR TAX CLEARANCE
 PHILGEPS REGISTRATION CERTIFICATE
 Articles of incorporation, partnership or cooperative, whichever is applicable, including
amendments thereto, if any.
 PCAB license
2. Bid security in the prescribed form, amount and validity period.

TECHNICAL DOCUMENTS
 Statement of on-going and similar completed government and private contracts within the
period of specified in the AIEB, including contracts awarded but not yet started.
 Copies of Acceptance Letters for completed contracts.
3. Project Requirements, which shall include the following:
 Organizational chart for the contract to be bid
 List of contractor’s personnel to be assigned to the contract to be bid with their complete
qualification and experience data;
 List of contractor’s equipment, units which are owned or 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
 Omnibus Sworn Statement to include:
(1) It is not “blacklisted” or barred from bidding by the GOP or any of its agencies, offices,
corporations, or LGU’s including foreign government/foreign or international financing
institution whose blacklisting rules have been recognized by the GPPB;
(2) 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;
(3) It is authorizing the Head of Procuring Entity or his duly authorized representative/s to
verify all the documents submitted;
(4) The signatory is the duly authorized representative of the prospective bidder and
granted full power and authority to do, execute and perform any and all acts necessary
and/or to represent the prospective bidder in the bidding with the duly authorized
Secretary’s Certificate attesting to such fact, if the prospective bidder is a corporation,
partnership , cooperative, or joint venture;
(5) It complies with the disclosure provision under Section 47 of the Act in relation to other
provisions of R.A. 3019;
(6) It complies with the responsibilities of a prospective or eligible bidder provided in the
PBDs; and
(7) It complies with existing labor laws and standards, in the case of procurement of
services
Envelop B

CLASS “B” LEGAL DOCUMENTS

FINANCIAL DOCUMENTS

 Computation of the Net Financial Contracting Capacity (NFCC) or


 Certificate of Commitment specific to the contract at hand, issued by a licensed bank,
which also be specific to the contract to be bid, in an amount not lower than set by the
procuring entity in the Bidding Documents, which shall be least equal to ten percent
(10%) of the approved budget for the contract.
 Audited Financial statements, stamped “received” by the BIR or its duly accredited and
authorized institutions, for the immediate preceding year, showing among others the
total assets and liabilities which should not be earlier than 2 years from date of
submission.
 Bid Form duly accomplished/cash flow & detailed cost estimate.
 Valid joint venture agreement, in case of joint venture.

BAC COMMENT:

Remarks: () ELIGIBLE ( ) NON-ELIGIBLE

____________________________
BAC Chairman

_______________ ____________________ ____________________


BAC Member BAC Member BAC Member

__________________ ___________________
BAC Member BAC Member

___________________________
BAC Secretary
CHECKLIST OF REQUIREMENTS TO BE SUBMITTED

ENVELOPE A
PASS FAIL
1. DTI REGISTRATION

2. MAYORS PERMIT

3. STATEMENT OF PROJECTS On going, in coming and completed projects

4. PCAB LICENSE

5. LATEST FINANCIAL STATEMENT, INCOME TAX RETURNS as submitted to BIR

6. TAX CLEARANCE

7. ORGANIZATIONAL CHART
8. LIST OF KEY PERSONNEL with oath of undertaking

9. LIST OF EQUIPMENTS AND TOOLS


10. SWORN STATEMENT BY BIDDER IN ACCORDANCE TO IRR OF RA9184
11. CERTIFICATE OF SITE INSPECTION ISSUED BY LGU IGUIG
12. MANPOWER AND EQUIPMENT SCHEDULE
13. CONSTRUCTION METHODS
14. BID SECURITY or BIDDER’S BOND in any of the following
- Cash, cashier’s check, manager’s check, (2%) of bid amount
- Bank draft from reputable bank (2%) of bid amount
- Letter of Credit (2%) of bid amount
- Bid Security Declaration GPPB 03-2012 (2%) of bid amount
- Surety bond by insurance company (5%) of bid amount
attach certification from insurance commission
showing authority to issue such bond.
15. PHILGEPS

ENVELOPE B
PASS FAIL

1. BID AMOUNT IN DULY ACCOMPLISHED BID FORMAT


2. COST ESTIMATE IN DULY ACCOMPLISHED BID FORMAT
3. CASH FLOW OR PAYMENT SCHEDULE BY QUARTER
4. CONSTRUCTION SCHEDULE and S-curve
5. Net financial contracting capacity
BID FORM

Date: ________________________
To: __________________________
Address:_________________________

We, the undersigned, declare that:

(a) We have examined and have no reservation to the Bidding Documents, including
Agenda for the Contract: _____________________________________________.
(b) We offer to execute the Works for this Contract in accordance with the Bid and Bid Data
Sheet, General and Special Conditions of Contract accompanying this Bid;
The total price of our Bid, excluding any discounts offered in item (d) below
is:________________________________________________________________________

The discounts offered and the methodology for their application is:
_________NA_______________________;
(c) Our Bid shall be valid for a period of _______60__________ days from the date fixed for
the Bid submission deadline in accordance with the Bidding Documents, and it shall
remain binding upon us and may be accepted at any time before the expiration of that
period;
(d) If our Bid is accepted, we commit to obtain a Performance Security in the amount of
____________30%_________________ percent of the Contract for due performance of
the Contract;
(e) Our firm, including any subcontractors or supplies for any part of the Contract, have
(f) nationalities from the following eligible countries:
_________PHILIPPINES_________________
(g) 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;
(h) Our firm, its affiliates or subsidiaries, including any subcontractors or supplies for any
part of the Contract, has been declared ineligible by the Funding Source;
(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
(j) We understand that you are not bound to accept the Lowest Evaluated Bid or any other
Bid that you may receive.

Name: ________________________________

In the capacity of: __________________________


Signed: ________________________________________________

Duly authorized to sign the Bid for and on behalf of:________________________________


Date: __________________
_____________________________________________________________________________
OMNIBUS SWORN STATEMENT

REPUBLIC OF THE PHILIPPINES }


PROVINCE OF CAGAGAYAN } S.S
MUNICIPALITY OF IGUIG
BARANGAY ____________________ }

AFFIDAVIT

I, ___________________________, of legal age, married, Filipino, and residing at


____________________________, after having been duly sworn in accordance with law, do
herby depose and state that:

I am the duly authorized and designated representative of


______________________________with office address at
________________________________.

1. ________________________________________is not “blacklisted’ or barred from


bidding by the Government of the Philippines or any of its agencies, offices,
corporations, or local Government Units, foreign government/foreign or international
financing institution whose blacklisting rules have been recognized by the Government
Procurement Policy Board;
2. 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;
___________________________________________is authorizing the Head of the
Procuring Entity or its duly authorized representative(s) to verify all the documents
submitted;
3. I am 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;
_____________________________________complies with existing labor laws and
standards; and
4. ____________________________________ is aware of and has undertaken the
following responsibilities as a Bidder:

a. Carefully examine all of the Bidding Documents;


b. Acknowledgement all conditions, local or otherwise, affecting the implementation of
the Contract;
c. Made an estimate of the facilities available and needed for the contract to be bid, if
any, and
d. Inquire or secure Supplemental/Bid Bulletin(s) issued for the
_____________________________________________________ if necessary.

IN WITNESS WHEREOF, I have hereunto set my hand this _____ day of _________
2019 at ______________________, Philippines.

___________________________

SUBSCRIBED AND SWORN, to before me this ______ day of ___________ 2019 at


_________________________ affiant exhibited to me this CTC. No.
_________________ Issued at _____________________ on ________________.

Doc. No. ____________


Page No. ____________
Book No. ___________
Series of 2019
REPUBLIC OF THE PHILIPPINES }
PROVINCE OF CAGAGAYAN } S.S
MUNICIPALITY OF IGUIG }

BID SECURING DECLARATION


Invitation to Bid/Contract ID No.

To: PUNONG BARANGAY


BARANGAY _________________
IGUIG, CAGAYAN

Attention:
Chairperson
Bids and Awards Committee (BAC)

I/We, the undersigned, declare that:

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, if I/we have committed any of the
following actions:

(i ) Withdrawn my/our Bid during the period of bid validity 120 CD required in the Bidding
Documents; or

(ii) Fail or refuse to accept the award and enter into contract or perform any and all acts necessary
to the execution of the Contract, in accordance with the Bidding Documents after having been
notified of your acceptance of our Bid During the period of bid Validity.

3. I/we understand that this Bid-Securing Declaration shall cease to be valid on the
following circumstances:
(a)
(b) Upon expiration of the bid validity period 120 CD, or any extension thereof pursuant to
your request;
(c) I am / we declared ineligible or post-disqualification upon receipt of your notice to such
effect, (i) and I/we failed to timely file a request for reconsideration of (ii) I/we filed a
waiver to avail of said right;
(d) I am/we are declared as the bidder with the Lowest Calculated and Responsive
Bid/Highest Rated and Responsive Bid, and I/we have furnished the performance
security and signed the Contract.
IN WITNESS HWEREOF, I/We have hereto set my/our hands this ___________ day of _________2019, at
Tuguegarao City.

______________________________
Affiant/Manager

SUBSCRIBED AND SWORN to before this _________ day of ________________ 2018 at


Tuguegarao City, Cagayan, Philippines, Affiant is personally known to me and was 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 exhibited to me his/her PRC License, with his/her photograph and signature appearing
thereon, with no.____________________ and his/her Community Tax Certificate No._______________
issued on ___________________ at __________________.

Witness my hand and seal this ___________ day of ____________________ 2019.

________________________

Notary Public

Doc. No. ____________:

Page No. ____________:

Book No.: ___________:

Series of 2019________:
Contract Agreement
THIS AGREEMENT made this _________day of _____________________ 2019 between
BARANGAY SAN VICENTE,IGUIG, CAGAYAN of the Philippines (hereinafter called “the Entity”) of the one
part and _______________________________ (hereinafter called the “the Contractor”) of the other
part:

WHEREAS the Entity invited Bids for the Construction of KatarungangPambarangay


Buildingand has accepted a Bid by the Contractor in the sum of
_____________________________________________ pesos
ONLY(Php________________).(hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;
(b) the Schedule of Requirements;
(c) the Technical Specifications;
(d) the General Conditions of Contract;
(e) the Special Conditions of Contract; and
(f) the Entity’s Notification of Award.

3. In consideration of the payments to be made by the Entity to the Contractor as hereinafter


mentioned, the Contractor hereby covenants with the Entity to provide the goods/services and to
remedy defects therein in conformity in all respects with the provisions of the Contract

4. The Entity hereby covenants to pay the Contractor in consideration of the provision of the
goods/services and the remedying of defects therein, the Contract Price or such other sum as may
become payable under the provisions of the contract at the time and in the manner prescribed by the
contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of the Republic of the Philippines on this _________ day of
_________________and year first above written.

BY:

__________________________ _________________
Punong Barangay (for the Contractor)
Barangay______________________
ACKNOWLEDGEMENT

Republic of the Philippines )


Province of Cagayan )
Tuguegarao City ) S.S.

BEFORE ME, a Notary Public for and in the above jurisdiction, personally appeared the
following:

NAME CTC. NO. DATE/PLACE ISSUED

__________________________ ___________________ _____________________

_____________________________________________ _____________________

Known to me to be the same persons who executed the foregoing instrument and
acknowledged to me that the same is their own free will and voluntary act and deed.

This instrument consist of Two (2) pages including this page wherein this Acknowledgement is
written, and is signed by the parties and their instrumental witnesses on each and every page
hereof.

WITNESS MY HAND AND SEAL, this ____________ day of ____________, 2019 at


__________________________, Philippines.

Doc. No. _____________:


Page No. _____________:
Book No.: ____________:
Series of 2019 _________:

________________________________________________________________
NOTICE OF AWARD
_________________, 2019

Alsietiel Sibbaluca
TS Construction
Alimannao, PenaBlanca, Cagayan

Sir/Madam,

We are happy to notify you that the Concreting of Barangay Road, for the Barangay of
Salamague, Iguig, Cagayan is hereby awarded to your firm as the Bidder with the Lowest
Calculated Responsive Bid at a Contract price Two Hundred Ninety Nine Thousand Two
Hundred Thirty Three and 60/100 only (Php299,233.60).

You are hereby required within the seven (7) days from receipt of this Notice of Award to
enter into contract with Barangay Salamgue of Iguig, Cagayan as the procuring entity and
the performance bond as required in section 39.2 of the Revised Implementing Rules and
Regulation of the Government Procurement Reform Act (R.A. No. 9184).

Very truly yours,

Lilia B. Erro
Punong Barangay

Conforme:

Alsietiel Sibbaluca
TS Construction
Alimannao, PenaBlanca, Cagayan
Contractor/Manager
NOTICE TO PROCEED
________________, 2019

This contract agreement having been approved;

Notice is hereby given to:


Alsietiel Sibbaluca
Name of Supplier

TS Construction
Alimannao, PenaBlanca, Cagayan
Address of Supplier

NAME OF PROJECT: Concreting of Barangay Road


LOCATION : Salamague, Iguig, Cagayan

That the delivery of supplies/materials and other scope of work may now be undertaken
immediately or within 5 days upon receipt hereof.

CONTRACT DURATION : 45 calendar days

DATE OF EFFECTIVITY OF CONTRACT: within 5 days upon receipt

Lilia B. Erro
Punong Barangay

RECEIVED BY:

Alsietiel Sibbaluca
TS Construction
Alimannao, PenaBlanca, Cagayan
Contractor/Manager
Republic of the Philippines
Province of Cagayan
Municipality of Iguig
Barangay _______________

MUNICIPAL BIDS AND AWARDS COMMITTEE

NOTICE OF POST QUALIFICATION

__________________, 2019

___________________________
___________________________

Sir,

Upon carefully examinations and verification of the eligibility, technical and


financial requirements that you have submitted for the
___________________________________for the Barangay of
________________________, we are happy to inform you that have successfully passed
post qualification.

Upon approval of these findings by the Head of the Procuring Entity, we will
furnish you the Notice of Award.

Very truly yours,

________________________
BAC Chairman

Received by the bidder:

_____________________________

Date:________________
Republic of the Philippines
Province of Cagayan
Municipality of Iguig
Barangay ____________________

BARANGAY BIDS AND AWARDS COMMITTEE

___________________

INVITATION TO APPLY FOR ELIGIBILITY AND BID

The Barangay Unit of __________________, Iguig, Cagayan through its Bids and Awards Committee
(BAC), invites Suppliers/ Manufacturers/ Distributors/ Contractors to apply for eligibility and to Bid for
the hereunder project:

Name of project: 1. __________________________

Location: __________________________

Approved Budget for the Contract: P________________

Brief Description: 1. For the benefits of the residents living at the barangay

Contract Duration: 1. Delivery of construction materials within 7 days upon issuance of Notice of
Awards

Prospective bidders should have should have experience in undertaking a similar project. The
Eligibility Check/Screening as well as the preliminary examinations of Bids shall use non-
discretionary “pass/fail” criteria. Post-qualification of the Single Calculated bid shall be
conducted.

All particulars relative to Eligibility Statement and Screening Bid Security, Performance Security,
Pre bid conference(s), Evaluation of Bids, Post Qualification Award of Contract shall be
governed by the pertinent provisions of R.A 9184 and its implementing rules and regulation
(IRR).

The complete schedule of activities is listed, as follows:

ACTIVITIES SCHEDULE
Issuance of Bid Documents
Opening of Bid
Bid Evaluation
Post Bid Qualification
Notice of Award
Notice to Proceed
Bid documents will be available only to prospective bidders upon payment of a non-refundable
Amount of five hundred pesos (P500.00) to the Barangay Treasurer.

The Barangay Government Unit of _______________, Iguig, Cagayan assumes no responsibility


whatsoever to compensate on indemnify bidders for any expenses incurred in the preparation of the bid.

_____________________
BAC Chairman
Republic of the Philippines
Province of Cagayan
Municipality of Iguig
Barangay ______________________

MUNICIPAL BIDS AND AWARDS COMMITTEE

ABSTRACT OF BIDS
Opened on ___________________

NAME OF PROJECT:

NAME OF SUPPLIER
NAME OF BONDING FIRM
AMOUNT OF BOND
AMOUNT IF BID
Qty. Unit DESCRIPTION Unit Cost Total Cost

TOTAL

_______________________
BAC Chairman

Republic of the Philippines


Province of Cagayan
Municipality of Iguig
Barangay _______________
RANGAY BIDS AND AWARDS COMMITTEE
Resolution No._______
Series of 2019

BAC RESOLUTION DECLARING ___________________________________


AS THE WINNER BIDDER WITH SINGLE CALCULATED RESPONSIVE BID AND
RECOMMENDING APPLROVAL THEREOF.

WHEREAS, the Barangay __________________________ advertised the invitation to Apply for


Eligibility and to Bid for the ________________________________________________________
At three conspicuous places at the premises of the building continuously for fourteen (14) days;

WHEREAS, in response to the said advertisements, only one supplier submitted letters of intent
And application for eligibility and it was found eligible on _____________________________;

WHEREAS, the Bid documents were submitted on _______________________________________and


all the bids of the following bidders passed the preliminary examination for bids;

Name of Bidder Bid Amount % Variance from


(as Read) ABC

WHEREAS, the detailed evaluation of bids conducted ________________________ resulted in the


Following:

Name Bidder Bid Amount % Variance from


(as Calculated) ABC

WHEREAS, upon post-qualification or careful examination, validation and verification of all the
eligibility, technical and financial requirements submitted by the Bidder with the Single Calculated Bid,
_____________________________________ bid has been found to be responsive;

NOW THEREFORE, we, the Members of the Bids and Awards Committee, hereby RESOLVE as it is
RESOLVED:

a) To declare _________________________ as the Bidder with the Single


Calculated Responsive Bid_________________________________
(Php___________________).
b) To recommend for approval by Punong Barangay__________________________
of barangay_______________________ at Municipality of Iguig, Cagayan the
foregoing findings.

RESOLVED at the Barangay Hall of __________________________, Iguig, Cagayan this


_________day of ___________________ 2019.
_______________________
BAC Chairman

________________ _________________________ ___________________


BAC Member BAC Member BAC Member

___________________ ________________ ____________________


BAC Member BAC Member BAC Member

__________________________
BAC Secretary

Republic of the Philippines


Province of Cagayan
Municipality of Iguig
Barangay ___________________
BARANGAY BIDS AND AWARDS COMMITTEE

_______________________

INVITATION TO APPLY FOR ELIGIBILITY AND TO BID

The Barangay _______________, Iguig, Cagayan intends to apply the sum of


___________________________________________ (P________________ being the approved Budget
for the Contract (ABC) to payment under the contract for the Concreting of Barangay Road for barangay
___________________, Iguig, Cagayan given as described below:
Unit Cost

Qty. Items/Description Unit

(pls. see attached list of bill


of materials)
TOTAL P

Complete technical details and complete list of requirements, including the description of eligible supplier
could be found in Section III, Technical Details and Instruction to Bidders, of the Bidding Document, IT
IS REQUIRED THAT THE INTERESTED BIDDERS SHOULD READ AND UNDERSTAND THE
AFORESAID SECTION BEFORE THEY ARE ALLOWED TO PARTICIPATE IN THE BIDDING.

Bidding shall be on “winners take all” basis. Hence, only the bidders who can supply, deliver, and install
all the items aforementioned are the ones allowed to bid for the project. Bids received in excess of the
ABC shall be automatically rejected at Bid Opening.

Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail
criteria as specified in the implementing Rules and Regulations Part A (IRR-A) of Republic Act No. 9184
(RA 9186), otherwise known as the Government Procurement Reform act, and is restricted to
organizations with at least sixty percent (60%) interest or outstanding capital stock blelonging to citizens
of the Philippines, as specified in Republic Act 5183 (RA 5183). Only Bids from Bidders who pass the
eligibility check will be opened. The Process for the lowest calculated BID (LCB) shall advance to the
post- qualification stage in order to finally determine his responsiveness to the technical and financial
requirements of the project. The contract shall then be awarded to the Lowest Calculated ad Responsive
Bidder (LCRB) who was determined as much during the post-qualification procedure.

Interested Bidders may obtain further information from Ms/Mr.______________________________,


BAC Secretariat and inspect the Bidding Documents at the address given below from 8:00 am to 5:00 pm,
Monday to Friday starting ____________________________. Any clarifications on said Bidding
Documents may obtain from BAC-TWG.

The Barangay Salamague, Iguig, Cagayan Strictly observes the rule, “No Bidding Documents, No
Participation in the Bidding”. As such, interest bidders must purchase bidding documents by paying the
indicated amount at the Barangay Treasurer and presenting their Official Receipt to the BAC Secretariat
for the release of said documents A complete set of Bidding Documents maybe purchased by interested
Bidders from the address below and upon

The method of payment will be CASH/CHECK BASIS. The Bidding Documents shall be received
personally by the prospective Bidder or his authorized representative.
Bids and Eligibility requirements must be delivered to the address below at 10:00 am on
____________________________. All Bids SHALL be accompanied by a Bid security in the form of
either of the following ONLY: Cash, certified Check, Cashier’s Check, Manager’s Check, Bank Draft of
irrevocable letter of credit, which is equivalent to 2% of the ABC per item.

The Bid securities must be valid for a period if thirty (30) days from the date of opening of bids.

Late bids shall not be accepted.

Bid opening shall be on ____________________________ at the Barangay Hall of


__________________, Iguig, Cagayan. Bids will be opened in the presence of the Bidder’s
representatives who choose to attend at the address below. The barangay __________________, Iguig,
Cagayan reserves the right to accept or reject and Bid, and to annul the bidding process and reject all Bids
at any time prior to contract award, without thereby incurring any liability to the affected Bidder of
Bidders.

The Bids and Awards Committee


_______________________, Iguig, Cagayan

_____________________
BAC – Secretariat _____________________
BAC Chairperson

SCHEDULE OF ACTIVITIES
PROJECT FOR BIDDING

1. Advertisement/ Posting of _____________________


Invitation to bid/ Request for Expression of Interest

2. Issuance and availability of Bid Documents _____________________


3. Submission and receipt of Bids _____________________
4. Bid Evaluation _____________________
5. Post Qualification _____________________
6. Approval of Resolution BAC _____________________
7. Notice of Award _____________________
8. Contract Preparation and signing _____________________
9. Approval of Contract _____________________
10. Issuance of Notice to proceed _____________________
11. Delivery _____________________
12. Acceptance _____________________

Prepared By: Approved:

______________________ _____________________
BAC – Secretary BAC – Chairman

You might also like