Download as pdf
Download as pdf
You are on page 1of 17
REPUBLIC OF THE PHILIPPINES Department of Human Settlements and Urban Development Kogaworan ng Pananahanang Pantao at Pagpapauniad ng Kalunsuran BID BULLETIN NO. 2021-01 FOR THE PROCUREMENT OF A CONTRACTOR FOR THE SUPPLY, DELIVERY, AND INSTALLATION OF SIGNAGE FOR THE DEPARTMENT OF HUMAN SETTLEMENTS AND URBAN DEVELOPMENT (DHSUD) INCLUDING THE DISMANTLING OF THE EXISTING SIGNAGE THEREOF NOTICE TO ALL BIDDERS: Please be informed of the following clarifications during the Pre-Bid Conference held on April 28, 2021 which will form part and parcel of the bidding documents and for strict compliance by the prospective bidders: Items in the Bidding FROM To Documents (iyitem ix, Building ID Logo (Sth7 Building ID Logo (9"7 Deck Floor) Technical Deck Floor) Specifications, Specification: ‘Scope of Specification: - Dimension: Height ~ Size as per Existing Work, - Dimension: Height - Size | Logo Invitation to | as per Existing Logo - Face : Same as the Existing Lox Bid (IB) - - Face : 1 mm. thick - Lighting : UL certified LED and power supply Page 13, Stainless stee! mirror finish | - / transformer — backlit with UV printed Mactac_ - To include all scaffolding (gondola, if Premium Sticker necessary) to be used for installation - Lighting : UL certified LED and power supply / transformer — backlit - To include all scaffolding (gondola, if necessary) to be used for installation @) Item IX, Main Entrance Sign — Logo | Main Entrance Sign — Logo (Ground Floor — Technical (Ground Floor - Main Main Entrance) ‘Specifications, | Entrance) ‘Scope of Specification: Work, (IB)- | Specification: ~ Dimension: Height — Size as per Existing Page 14 ~ Dimension: Height — Logo Size as per Existing ~ Ee Same as the Logo - Return : 0.6mm Stainless Steel Mirror Finish - Face : 1 mm. thick = Lighting : UL certified LED and power supply Stainless steel mirror / transformer — backlit same as Existing “Ay Page 4 off7 ‘xSUD suai Aaayaa xem crmerMayaman Sect, Diman. Guten hy Ematnfe@ersud gosh OW @OHSUOREPN Bid Bulletin No. 2021-01 finish with UV printed ~ Retum : 0.6mm Stainless Stee! Mirror Finish ~ Lighting : UL certified transformer — backlit Urban Development footing Mactac Premium Sticker LED and power supply / same as Existing Letters to form Department of Human Settlements and - Wall mounted using Rod ~ To include all scaffolding (gondola, if necessary) to be used for installation Letters to form Department of Human Settlements and Urban Development - Wall mounted using Rod footing ~ To include all scaffolding (gondola, if necessary) to be used for installation @tem 22, Instruction to Bidders (ITB) Page 20 Tif not an early Procurement activity, select one and delete others:] a. NGA, the General Corporate Operating Budget. ¢. LGUs, the Annual or as approved by the Sanggunian. Appropriations Act or Special Appropriations. b. GOGC and GFls, the ‘Supplemental Budget, [lf not an early procurement acti and delete others:] a. NGA (CY 2021 General Ay Act) select one rriations @ltem 10.3, TB -Page 23 _| required, and in case of joint ventures, a valid registration for the type in the BDS. winy ‘45UD tan Haya eee comer Mayaman Set Oman. A valid PCAB License is special PCAB License, and and cost of the contract for this Project. Any additional type of Contractor license or permit shall be indicated 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. JV bidders shall submit a JVA in with R.A. 4566 and its IRR. Each partner of the joint venture shall it their respective PhilGEPS Certificates of Registration in accordance with Section 8.5.2 of this IRR. Th ‘submission of technical and financial Venture partners constitutes compliance: Provided, That the partner responsible to ‘Submit the NFCC shall likewise submit the Page 2 of 17 son Cty Ema lo@nsed gosh 8 GOMSUDRER Bid Bulletin No. 2021-01 ‘Statement of all of its ongoing contracts and Audited Financial Statements. @ltem 15.2, TB ~ Page 24 The Bid and bid security shall be valid until [indicate date}. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non- responsive. The Bid and bid security shall be valid until 120 calendar days. Any bid not accompanied by an acceptable bid security shall be rejected by the Procuring Entity as non-responsive. @item 16, ITB Page 24 Each Bidder shall submit one copy of the first and second components of its, Bid. Each Bidder shall submit one original copy hotoct that is certified true ‘copy of the first and second components of its Bid For example: (OUTER ENVELOPE) (OUTER ENVELOPE) “ORIGINAL BID" “coPY" All submissions (original bid and copy thereof) must be contained and sealed in one (1) package. Each sealed Bid shall be labeled as follows: ( Sample: 1. “ORIGINAL BID PLUS ONE COPY” — for the main envelope 2. “ORIGINAL BID” for the 1st outer envelope (a) “ORIGINAL - TECHNICAL COMPONENT?” ~ for the 1st sub- envelope (b) “ORIGINAL - FINANCIAL COMPONENT” ~ for the 2nd sub- envelope 3. “COPY” — for the 2nd outer envelope (a) “COPY - TECHNICAL COMPONENT” ~ for the 1st sub- envelope (b) “COPY - FINANCIAL COMPONENT” ~for the 2nd sub-envelope 7 Item 9, Termination for Other Termination for Other Causes General Causes Conditions of Contract termination shall be initiated in case it Contract Contract termination shall | is determined prima facie by the Procuring (GCC) - Page | be initiated in case itis __| Entity that the Contractor has engaged, before, 30 determined prima facie by | or during the implementation of the contract, in the Procuring Entity that | unlawful deeds and behaviors relative to the Contractor has contract acquisition and implementation, such engaged, before, or during | as, but not limited to corrupt, fraudulent, the implementation of the | collusive, coercive, and obstructive practices contract, in unlawful deeds | as stated in ITB Clause 4. and behaviors relative to contract acquisition and | Note: implementation, such as, | The DHSUD shall include the following but not limited to corrupt, | provisions or clauses in the Contract with fraudulent, collusive, the Winning Contrator: coercive, and obstructive | (a) Suspension of Work to include the practices as stated in ITB occasion of fortuitous events Clause 4. (b)Extension of Terms (c)Retention Money (Change Order (e)Variation Order. Others: (1) Prospective bidders shall inspect the project site or location from April 29, 2021 to May 7, 2021 between 10:00AM to 3:00PM. Please contact Mr. Edison Punzalan from the Administrative Service-General Services Division (AS-GSD) at mobile number 0917- 3290396, any ‘>4SUD suing. Nap name crmr Mayan Set Oman, Guten hy fiat foenaud gosh Page 4 of 17 eonsvozeen Bid Bulletin No. 2021-01 (2) Prospective bidders shall be given until 12:00PM of May 3, 2021 to submit further questions and/or clarifications about the Bidding Documents. (3) The DHSUD Bids and Awards Committee (BAC) will issue the latest Bid Bulletin before the closing of office hours of May 4, 2021. The Bulletin will be posted in the Philippine Government Electronic Procurement System (PhilGEPS), the DHSUD website, and will be emailed directly to prospective bidders that attended the Pre-Bid Conference. (4) The deadline for the submission of bids is at 1:00PM of May 10, 2021. Bids must be duly received by the BAC Secretariat through manual submission at the 8" Floor Administrative Office, DHSUD Building, along Kalayaan Avenue corner Mayaman Street, Diliman, Quezon City. Late bids shall not be accepted. (5) The bid opening shall be on May 10, 2021 at 1:30PM, 9" Floor, DHSUD Board Room, DHSUD Building, along Kalayaan Avenue corner Mayaman Street, Diliman, Quezon City, and/or through videoconferencing/webcasting via Zoom Platform. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity. The BAC Secretariat will send the link for the Opening of Bids 15 minutes before the schedule time through the given email address following the confirmation of the attendance of the bidders’ representative thereof. (6) Prospective bidders must submit the required technical and financial components of the bids. Refer to the Annex “A” hereto attached for strict compliance. (7) All other items and/or provisions in the Invitation to Bid, Bidding Documents, Scope of Work with Technical Specifications, Gantt Chart, Drawing/Layout Design, and Bid Bulletin that are not changed or modified will remain the same and for strict compliance by prospective bidders. For further questions and/or clarifications, bidders may contact the BAC Secretariat at email address dhsudprourement@amail,com, or through telephone number 8424-4080, or via mobile number 0927-8772256. Issued this 29" day of April 2021, Quezon City, Philippines. ATTY. AVELINO D. TOLENTINO ae and Assistant Secretary for Support Servi Chairperson, Bids and Awards Committee any Page Sof 17 SUD Bung Kalayan Avenue cerns Maman Suet, Oman. utter Cty Ema lo@eneedgoxeh OY GOMSUDGEIPE Bid Bulletin No. 2021-01 Annex “A” ibility requirements shall be submitted for purposes of determining eligibility of prospective bidders for the Procurement of the Supply, Delivery, and Installation of Signage for the Department of Human Settlements and Urban Development (DHSUD) Including the Dismantling of the Signage Thereof: |. TECHNICAL COMPONENT ENVELOPE Class “A” Documents Legal Documents Existing (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages); or (b) Registration certificate from Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives or its equivalent document; and (©) Mayor's or Business permit issued by the city or municipality where the principal place of business of the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or Areas; and (e) Tax clearance per E.0. No. 398, s. 2005, as finally reviewed and approved by the Bureau of Internal Revenue (BIR). Technical Documents (f) Statement of the prospective bidder of all its ongoing government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature and complexity to the contract to be bid; and (g) Statement of the bidder's Single Largest Completed Contract (SLCC) similar to the contract to be bid, except under conditions provided under the rules; and (h) Philippine Contractors Accreditation Board (PCAB) License; or ‘Special PCAB License in case of Joint Ventures; and registration for the type and cost of the contract to be bid: ; and (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 way (HSU Suing Kaayaan Avenue corner agama Set man Quezon Cy Ema nloGehus exh Ov @OMSUOENON Page 6 of 17 Bid Bulletin No. 2021-01 (@) 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 (K) Original duly signed Omnibus Swom 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. ()) Certificate of Site Inspection issued by the DHUSD Administrative Service-General Services Division (AD-GSD). Financial Documents (m) 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 (n) The prospective bidder's computation of Net Financial Contracting Capacity (NFCC). Class “B” Documents (0) Ifapplicable, 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. ll, FINANCIAL COMPONENT ENVELOPE (p) Original of duly signed and accomplished Financial Bid Form; and Any Page 7 of 17 ‘4SUD tang Maya anos coma Mayaman Set, Diiman Guten Cty Ema nfe@eraud gosh OW GOHSUD.PR Bid Bulletin No. 2021-01 Other documentary requirements under RA No. 9184 (@) 0) (s) Original of duly signed Bid Prices in the Bill of Quantities; and Duly accomplished Detailed Estimates Form, including a summan sheet indicating the unit prices of construction materials, labor rates, anc ‘equipment rentals used in coming up with the Bid; and Cash Flow by Quarter. “any Page 8 of 17 ‘SUD Bang Haya ere comer Mayaman Steet, Ditman. Queen Oly nat nfe@eruud govsh OW BOMSUOROGH COMPANY LETTERHEAD. Bid Bulletin No. 2021-01 ‘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 Name of | Date of | Contract! Owner's | Kinds of | Amount of Percentage of ‘Value of the the duration | name and | Goods | contract and planned and outstanding Contract | contract address value of actual works, if outstanding | accomplishments, applicable contracts if applicable (Signature), Bidder’s Authorized Representative COMPANY LETTERHEAD. Bid Bulletin No. 2021-01 Statement of the bidder's Single Largest Completed Contract (SLCC) similar the contract to be bid, except under conditions provided under the rules Name of Contract Date of the contrac t Contract duration ‘Owner's name and address. Kinds of Good s ‘Amount of contract and value of outstandin g contracts Date of delivery End-user’s acceptanc e or official receipt or sales invoice issued for the contract, if completed » which shall be attached tothe statement s Percentage of planned and actual accomplish ments, if applicable Value of outstandi ng works, if applicab! e (Signature) Bidder’s Authorized Representative Page 10 of 17 Bid Bulletin No. 2021-01 COMPANY LETTERHEAD. BILL OF QUANTITIES Item | Name of item or Unit ‘Quantity Rate | Total Cost No. Description (Signature) Bidder’s Authorized Representative “any Page 11 of 17 (HSUDBuingKaoyan Avene corner Maman Set Dian, tron Cty Ema loaned gouph OY GOMSUDQRIDR Bid Bulletin No. 2021-01 Bid Securing Declaration Form [shall be submitted with the Bid if bidder opts to provide this form of bid security] REPUBLIC OF THE PHILIPPINES) CITY OF JSS. BID SECURING DECLARATION Project Identification No.: [Insert number] To: [Insert name and address of the Procuring Entity] 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. We accept that: (a) I/we will be automatically disqualified from bidding for any procurement 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 the 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 No. 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. Tam/we are declared ineligible or post-disqualified upon receipt of your notice to such effect, and (i) /we failed to timely file a request for reconsideration or (ii) I/we filed a waiver to avail of said right; and c. Lam/we are declared the bidder with the Lowest Calculated Responsive Bid, and we have furnished the performance security and signed the Contract. IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this _ day of [month] [year] at [place of execution]. [Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity] Affiant [uratl [Format shall be based on the latest Rules on Notarial Practice] Page 120017 Bid Bulletin No. 2021-01 Omnibus Sworn Statement (Revised) [shall be submitted with the Bid} REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF )S.8. AFFIDAVIT 1, [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: 1. [Select one, delete the other:] [fa sole proprietorship:] 1am the sole proprietor or authorized representative of [Name of Bidder] with office address at [address of Bidder]; [if partnership, corporation, cooperative, or joint venture:] {am the duly authorized and designated representative of [Name of Bidder] with office address at [address of Bidder]; 2, [Select one, delete the other:] [ifa sole proprietorship] As the owner and sole proprietor, or authorized representative of [Name of Bidder], I have full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly notarized Special Power of Attorney; [Ifa partnership, corporation, cooperative, or joint venture:] am granted full power and authority to do, execute and perform any and all acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the Procuring Entity], 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. [Name of Bidder] 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, by itself or by relation, membership, association, affiliation, or controlling interest with another blacklisted person_or entity as defined and provided for in the Uniform Guidelines on Blacklisting; any Page 13 of 17 ‘SUD Bug Kayan Avene corner Mayaman Suet Oman. cron Cy mat fo@enaudgoreh OY GOMSUORRION Bid Bulletin No. 2021-01 4. 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; 5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized representative(s) to verify all the documents submitted; 6. [Select one, delete the rest:] Lif 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; [Ifa partnership or cooperative:] None of the officers and members of [Name of Bidder] is 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; Lif a corporation or joint venture:] None of the officers, directors, and controlling stockholders of [Name of Bidder] is 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 8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in compliance with the Philippine Bidding Documents, which includes: Carefully examining all of the Bidding Documents; b. Acknowledging all conditions, local or otherwise, affecting the implementation of the Contract; c. Making an estimate of the facilities available and needed for the contract to be bid, if any; and d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project}. 9. [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, personnel “any Page 14 of 17 ‘D4SU0 Bung Magan Avene corner Mayan Set Dima. Guten Cty Ema fe@ehaud gush ©W GOHSUDgePA Bid Bulletin No. 2021-01 or representative of the government in relation to any procurement project or activity. 10. 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 wi 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. [Insert NAME OF BIDDER OR ITS AUTHORIZED REPRESENTATIVE] [Insert signatory’s legal capacity] Affiant [Jurat} [Format shall be based on the latest Rules on Notarial Practice]

You might also like