Login
Register
Complete Your Profile
Change Password
Request a Password Reset
Download Documents
Download Documents
Get Help to Participate in This Tender
Our team will contact you shortly.
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS - ISABELA 3RD DEO has floated a tender for 17BG0199 - CONSTRUCTION OF TWO (2) STOREY TWO (2) REGULAR WORKSHOP SCHOOL BUILDING RIZAL REGION NATIONAL HIGH SCHOOL, ALICIA, ISABELA, School ID No. 300576. The project location is Philippines and the tender is closing on 25 Oct 2017. The tender notice number is 17BG0199, while the TOT Ref Number is 17140541. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.
Procurement Summary
Country : Philippines
Summary : 17BG0199 - CONSTRUCTION OF TWO (2) STOREY TWO (2) REGULAR WORKSHOP SCHOOL BUILDING RIZAL REGION NATIONAL HIGH SCHOOL, ALICIA, ISABELA, School ID No. 300576
Deadline : 25 Oct 2017
Other Information
Notice Type : Tender
TOT Ref.No.: 17140541
Document Ref. No. : 17BG0199
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
17BG0199 - CONSTRUCTION OF TWO (2) STOREY TWO (2) REGULAR WORKSHOP SCHOOL BUILDING RIZAL REGION NATIONAL HIGH SCHOOL, ALICIA, ISABELA, School ID No. 300576
1. Scope of Bid
1.1 The Procuring Entity, as defined in the BDS, invites bids for the construction of the Works under the proposed Contract, as described in the BDS. The name and ID of the Contract are stated in the BDS.
1.2 The winning bidder will be expected to complete the Works by the intended completion date specified in SCC Clause 1.17.
2. Budget and Source of Funds
The Procuring Entity has a. Approved Budget for the Contract (ABC) or has applied for or received funds from the Funding Source named in the BDS, and in the amount indicated in the BDS .. It intends to apply part of the funds received for the Project, as defined in the BDS, to cover eligible payments under the Contract for the Works.
3. Corrupt, Fraudulent, Collusive, Coercive and Obstructive Practices
3.1. The Procuring Entity requires that the Bidders and Contractors as well as officials and personnel of the Procuring Entity, observe the highest standard of ethics during the procurement and execution of such contract. In pursuance of this policy, the DPWH:
a. defines, for purposes of this provision, the terms set forth below as follows:
(1) "Corrupt practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves and others, or induce others to do so, by misusing the position in which they are placed, and includes the offering, giving, receiving, or soliciting of anything of value to influence the action of any such official in the procurement process or in contract execution; entering, on behalf of the Government, into any contract or transaction manifestly and grossly disadvantageous to the same, whether or not the public officer profited or will profit thereby, and similar acts as provided in Republic Act 3019.
(2) "Fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Procuring Entity, and includes collusive practices among Bidders - before or after Bid submission - designed to establish Bid prices at artificial, non-competitive levels and to deprive the Procuring Entity of the benefits of free and open competition;
(3) -œCollusive practice- means a scheme or arrangement between two or more Bidders, with or without the knowledge of the Procuring
Entity, designed to establish Bid prices at artificial, non-competitive levels;
(4) -œCoercive practice- means harming or threatening to harm, directly or indirectly, persons, or their property to influence their participation in a procurement process, or affect the execution of a contract;
(5) -œObstructive practice- is:
(a) deliberately destroying, falsifying, altering or concealing of evidence material to an administrative proceedings or investigation or making false statements to investigators in order to materially impede an administrative proceedings or investigation of the Procuring Entity or any foreign government/foreign or international financing institution into allegations of a corrupt fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the administrative proceedings or investigation or from pursuing such proceedings or investigation; or
(b) acts intended to materially impede the exercise of the inspection and audit of the Procuring Entity or any foreign government/foreign or international financing institution herein.
b. will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract; and
c. will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt, fraudulent, collusive or coercive practices in competing or, or in executing, a Contract.
3.2 Furthermore, the Procuring Entity will also seek to impose the maximum penalties for civil and criminal liability available under the applicable law on individuals and organizations deemed to be involved in corrupt, fraudulent, collusive or coercive practices.
3.3 The Funding Source and the Procuring Entity reserve the right to inspect and audit records and accounts of a contractor in the bidding for and performance of a particular contract, through DPWH official or independent auditors as provided in GCC Clause 35.
4. Conflict of Interest
4.1 All bidders found to have conflict of interest shall be disqualified to participate in the procurement at hand, without prejudice to the imposition of appropriate administrative, civil, and criminal sanctions. A Bidder may be considered to have a conflict of interest with another Bidder in any of the events described in items a through d of this ITB Clause 4.1 and a general conflict of interest in any of the circumstances set out in items e through h of ITB Clause 4.1:
a. A Bidder has controlling shareholders in common with another Bidder.
b. A Bidder receives or has received any direct or indirect subsidy from any other Bidder.
c. A Bidder has the same legal representative as that of another Bidder for purposes of this Bid.
d. A Bidder has a relationship, directly or through third parties, that puts it in a position to have access to information about or influence on the Bid of another Bidder or influence the decisions of the Procuring Entity regarding this bidding process. This will include a firm or an organization who lends, or temporarily seconds, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project if the personnel would be involved in any capacity on the same project.
e. A Bidder submitted more than one bid in this bidding process. However, this does not limit the participation of sub-contractors in more than one Bid.
f. A Bidder participated as a consultant in the preparation of the design or technical specifications of the works, goods and related services that are the subject of the Bid.
g. A Bidder lent, or temporary seconded, its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the project, if the personnel would be involved in any capacity on the same project.
4.2 In accordance with Section 47 of the IRR of RA 9184, the Bidder must include in its Bid a sworn affidavit (part of Form DPWH-INFR-15, as provided in Clause 10.1 of this ITB) that it is not related to the Head of the Procuring Entity (HoPE), members of the BAC, the Technical Working Group (TWG), and the BAC Secretariat, the head of the IU, and the project consultants, by consanguinity or affinity up to the third civil degree. Failure to comply with the aforementioned provision shall be a ground for automatic disqualification of the bid in consonance with Section 30 of this IRR. For this reason, relation to the aforementioned persons within the third civil degree of consanguinity or
affinity shall automatically disqualify the bidder from participating in the procurement of contracts of the Procuring Entity, notwithstanding the act of such persons inhibiting themselves from the procurement process. On the part of the bidder, this provision shall apply to the following persons:
a. If the Bidder is an individual or a sole proprietorship, to the Bidder himself.
b. If the Bidder is a partnership, to all its officers and members.
c. If the Bidder is a corporation, to all its officers, directors, and controlling stockholders.
d. If the Bidder is a cooperative, to all its officers, directors, and controlling shareholders and members.
e. If the Bidder is a joint venture (JV), to each member of the JV, for the applicable items a, b, and c of this Clause.
5. Eligible Bidders
Unless otherwise indicated in the BDS, bidders must meet the Eligibility Requirements in ANNExII-1.1B of the SBDs. In addition the BDS shall indicate any -œqualifier- to the -œsimilar work category- that must be met by the eligible bidder.
6. Bidder-s Responsibilities
6.1 The Bidder is responsible for the following:
a. Having taken steps to carefully examine all of the Bidding Documents.
b. Having acknowledged all conditions, local or otherwise, affecting the implementation of the contract.
c. Having made an estimate of the facilities available and needed for the contract to be bid, if any.
d. Having complied with its responsibility to inquire or secure Supplemental/ Bid Bulletin/s as provided under ITB Clause 11.3.
e. Ensuring that it is not -œblacklisted- or barred from bidding by the Government of the Philippines (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 Government Procurement Policy Board (GPPB).
f. Ensuring that 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
g. Authorizing the HoPE or its duly authorized representative/s to verify all the documents submitted.
h. Ensuring that the signatory is the duly authorized representative of the Bidder, and granted full power and authority to do, execute and perform any and all acts necessary and/or to represent the Bidder in the bidding, with the duly notarized Secretary-s Certificate attesting to such fact, if the Bidder is a corporation, partnership, cooperative, or joint venture.
i. Complying with the disclosure provision under Section 47 of the Act in relation to other provisions of Republic Act 3019.
j. Complying with existing labor laws and standards, if applicable.
k. Ensuring that it 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 or representative of the government in relation to any procurement project or activity.
Failure to observe any of the above responsibilities shall be at the risk of the Bidder concerned.
6.2 The Bidder or its duly authorized representative shall submit a sworn statement, covering items e to k of ITB Clause 6.1 above, in the form prescribed in DPWH-INFR-15 in ANNEx II-1.1K hereof.
6.3 The Bidder, by the act of submitting its bid, shall be deemed to have inspected the site, determined the general characteristics of the contract works and the conditions for this Project and examine all instructions, forms, terms, and project requirements in the Bidding Documents.
6.4 It shall be the sole responsibility of the prospective bidder to determine and to satisfy itself by such means as it considers necessary or desirable as to all matters pertaining to this Project, including: (a) the location and the nature of the contract, project, or 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.
6.5 The Procuring Entity shall not assume any responsibility regarding erroneous interpretations or conclusions by the prospective or eligible bidder out of the data furnished by the procuring entity.
6.6 Before submitting their bids, the Bidders are deemed to have become familiar with all existing laws, decrees, ordinances, acts and regulations of the Philippines which may affect the contract in any way.
6.7 The Bidder shall bear all costs associated with the preparation and submission of his bid, and the Procuring Entity will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
6.8 Bidders should note that the Procuring Entity will only accept bids only from those that have paid the non refundable fee for the Bidding Documents at the office indicated in the Invitation to Bid.
7. Origin of Goods and Services
There is no restriction on the origin of Goods, or Contracting of Works or Services other than those prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations.
8. Sub-Contracts
8.1 Unless otherwise specified in the BDS, sub-contracting of the Works shall be subject to the provisions of DPWH Department Order (DO) No. 38, series of 2015, as stated in Clauses 8.2 to 8.7.
8.2 All sub-contracts shall be subject to prior approval of the concerned Heads of the DPWH Procuring Entity within the limits of their delegated authority to approve the original contracts.
8.3 The contractor may sub-contract portions of the works to such an extent as may be approved by the Procuring Entity and stated in the BDS, provided that the main contractor shall directly undertake, using its own resources, not less than fifty percent (50%) of the contract works in terms of cost.
8.4 Each sub-contractor must comply with the eligibility criteria as specified in the Eligibility Requirements (ER) for the portion of the contract works to be sub-contracted to that sub-contractor- e.g., applicable license from the Philippine Constructors Accreditation Board, satisfactory completion of works similar to the portion of the contract to be subcontracted and costing at least fifty percent (50%) of the cost of such portion, and sufficient Net Financial Contracting Capacity to cover the cost of the work to be sub-contracted work set by the Procuring Entity. These requirements shall not apply to labor pakyaw contracts provided in the IRR Appendix 11.
8.5 The Bidder/main contractor may identify may identify the sub-contractors to whom a portion of the contract works will be sub-contracted at any stage of the bidding process or during contract implementation, provided that any sub-contracting requires prior approval of the Procuring Entity. If the Bidder opts to disclose the name of the sub-contractors during the bid submission, the Bidder shall include the required eligibility documents for the sub-contractors as part of the technical component of its bid. Sub-contractors identified during the bidding may be changed during the implementation of the contract, subject to compliance with the eligibility requirements and approval of the Procuring Entity.
8.6 Sub-contracting any portion of the contract shall not relieve the main contractor from any liability or obligation that may arise from the contract. The main contractor shall be responsible for the acts, defaults, and negligence of any subcontractor, its agents or workmen.
8.7 For any assignment and sub-contracting of the contract or any part thereof made without prior written approval by the concerned HoPE, the DPWH shall impose on the erring contractor, after the termination of the contract, the penalty of suspension for one (1) year for the first offense, and suspension for two (2) years for the second offense from participating in the public bidding process, pursuant to the provision of Appendix 3, Section 4.2 of the IRR of RA 9184, in accordance with Section 69(6) of RA 9184 and without prejudice to the imposition of additional administrative sanctions as the internal rules of the agency may provide and/or further criminal prosecution as provided by applicable laws.
9. Pre-Bid Conference
9.1 If so specified in the BDS, a Pre-bid Conference shall be held at the venue and on the date indicated therein, to clarify and address the Bidders- questions on the technical and financial components of this Project. The Pre-Bid Conference shall be held at least twelve (12) calendar days before the deadline for the submission and receipt of Bids. However, attendance of the Bidders shall not be mandatory. If the Procuring Entity determines that, by reason of the method, nature, or complexity of the contract to be bid, or when international participation will be more advantageous to the GOP, a longer period for the preparation of bids is necessary, the Pre-Bid Conference shall be held at least thirty (30) calendar days before the deadline for the submission and receipt of bids, as specified in the BDS.
9.2 Bidders are encouraged to attend the Pre-Bid Conference to ensure that they fully understand the Procuring Entity-s requirements. Non-attendance of the Bidder will in no way prejudice its bid; however, the Bidder is expected to know the changes and/or amendments to the Bidding Documents as recorded in the minutes of the Pre-Bid Conference and the Supplemental/Bid Bulletin.
9.3 Any statement made at the Pre-Bid Conference shall not modify the terms of the bidding documents unless such statement is specifically identified in writing as an amendment thereto and issued as a Supplemental/Bid Bulletin.
9.4 If, as indicated in the BDS, Electronic Bidding is adopted for this procurement pursuant to GPPB Resolution No. 23-2013, dated 30 July 2013, the Procuring Entity shall observe the following procedure with regard to the PBC:
a. For contracts to be bid where the conduct of PBC is required under Section 22 of RA 9184-IRR (Section 5.5.3 of this Manual Volume II), the same procedure governing the method will also apply.
b. A Procuring Entity with videoconferencing capabilities may conduct its PBC conferences electronically, provided that its Registered Merchants shall also have similar capabilities and facilities.
c. During the conduct of the PBC, Registered Merchants may send requests for clarification through the PhilGEPs online facility, which shall be read during the meeting and shall form part of the minutes, unless the Procuring Entity has previously decided that only those who have purchased the Bidding Documents shall be allowed to participate in the PBC and raise or submit written queries or clarifications.
d. The minutes of the PBC shall be recorded as an electronic document made electronically available to all participating Registered Merchants through the PhilGEPs Electronic Bulletin Board not later than three (3) calendar days after the PBC.
e. Requests for clarification(s) on any part of the BDs or for an interpretation must be in writing and submitted to the BAC of the Procuring Entity, either electronically through the PhilGEPs or otherwise, at least ten (10) calendar days before the deadline set for the submission and receipt of bids.
f. Only Bid Bulletins/Supplements approved by the Bid Notice Approver shall be posted in the PhilGEPs at least seven (7) calendar days before the deadline for the submission and receipt of bid. The PhilGEPs shall Automatically notify through e-mail all Registered Merchants who have downloaded the bidding documents and paid the BDs Fee.
B. Contents of Bidding Documents
10. Content of Bidding Documents
The set of Bidding Documents (BDs) for the specififc contract at hand consists of the documents listed below and bulletins issued in accordance with ITB Clause 11
Reference in the SBDs
Section I. Invitation to Bid (IB) ANNEx II-1.1A
Section II. Eligibility Requirements (ER) ANNEx II-1.1B
Section III. Eligibility Data Sheet (EDS) ANNEx II-1.1C
Section III. Instruction to Bidders (ITB) ANNEx II-1.1D
Section III. Bid Data Sheet (BDS) ANNEx II-1.1E
Section III. General Conditions of the Contract (GCC) ANNEx II-1.1F
Section III. Special Conditions of the Contract (SCC) ANNEx II-1.1G
Section III. Specifications ANNEx II-1.1H
Section III. Drawings ANNEx II-1.1I
Section III. Bill of Quantities (BOQ) ANNEx II-1.1J
Section III. Bidding Forms (BFs) ANNEx II-1.1K
Section III. Foreign Assisted Projects (FAPs) -
if applicable ANNEx II-1.1L
10.1 Bidders should note that the Procuring Entity shall only accept Bids from Bidders that have purchased the BDs from the office indicated in the IB, or have downloaded BDs from the DPWH website subject to the payment of fee for the BDs upon submission of their bids.
11. Clarification and Amendment of Bidding Documents
11.1 Bidders may request for clarification(s) or an interpretation on any part of the BDs. Such request must be in writing and submitted to the Procuring Entity at the address indicated in the BDS at least ten (10) calendar days before the deadline set for the submission and receipt of Bids. The BAC of the Procuring Entity shall respond to the said request by issuing a Bid Bulletin.
11.2 The BAC, upon its initiative, may also issue Supplemental/Bid Bulletins to amend or clarify any provision of the BDs not later than seven (7) calendar days before the deadline for the receipt of Bids.
11.3 Any Supplemental/Bid Bulletin issued by the BAC shall also be posted on the websites of the DPWH and the Philippine Government Electronic Procurement System (PhilGEPS). It shall be the responsibility of all Bidders who secured the Bidding Documents to inquire and secure Supplemental/Bid Bulletins that may be issued by the BAC. However, bidders who have submitted bids before the issuance of the Supplemental/Bid Bulletin must be informed and allowed to modify or withdraw their bids in accordance with ITB Clause 24
C. Preparation of Bids
12. Cost of Bidding
The Bidder shall bear all costs associated with the preparation and submission of its Bid, and the Procuring Entity shall in no case be responsible or liable for those costs.
13. Language of Bid
The Bid, as well as all correspondence and documents relating to the Bid exchanged by the Bidder and the Procuring Entity, shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of relevant passages in English, in which case, for purposes of interpretation of the Bid, the English translation shall govern.
14. Documents Comprising the Bid
14.1 Unless otherwise indicated in the BDS, the Bidder shall submit its Bid in accordance with the provisions of ITB Clauses 14.2 to 14.4.
14.2 The Bidder shall present its Bid which shall consist of the Bid Form including the Technical Proposal and the Financial Proposal.
a. Technical Proposal - This shall include all of the following documents:
(1) PhilGEPs Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR.
(2) If the Bidder is not previously enrolled in the CWR: the bidder-s Class -œA- and Class -œB- Documents, together with the CCASR, in accordance with Section 4.8.2 of this Manual Volume II. These Documents should include, among others, the following information required in IRR Section 25.2b.
(a) PCAB License and Registration
(b) Statement of all On-going Government and Private Contracts
(c) SLCC
(d) NFCC
(e) JVA, if applicable
(3) Bid Security in/with the required form, amount, and validity period as provided in ITB Clause 18 (Use Form DPWH-INFR-10 or 11 or 12).
(4) Project Requirements, which shall include the following:
(a) Organizational chart for the contract to be bid (Use Form DPWH-INFR-13).
(b) List of contractor-s 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 (Use Form DPWH-INFR-14). These personnel must meet the required minimum years of experience shown in the BDS.
(c) List of contractor-s major construction and laboratory equipment units, which are owned, leased, and/or under purchase agreements, supported by proof of ownership and certification of availability of equipment from the equipment lessor/vendor for the duration of the project (Use Form DPWH-INFR-15), as the case may be. These equipment units must meet the minimum major equipment requirements for the contract set in the BDS.
(5) Omnibus sworn statement by the prospective bidder or its duly authorized representative in the form prescribed by the GPPB as to the following (Use Form DPWH-INFR-16):
(a) It is not -œblacklisted- or barred from bidding by the Government of the Philippines 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 he 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 or his duly authorized representative(s) to verify all the documents submitted.
(d) 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 notarized Secretary-s Certificate attesting to such fact, if the prospective bidder is a corporation, or duly notarized Special Power of Attorney in case of sole proprietorship, partnership or joint venture.
(e) It complies with the disclosure provision under Section 47 of RA 9184 and its IRR in relation to other provisions of R.A. 3019
(f) It complies with the responsibilities of a prospective or eligible bidder provided in the BDs, including ITB 6.
(g) It complies with existing labor laws and standards.
(h) It 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 or representative of the government in relation to any procurement project or activity.
b. Financial Proposal - This shall include the following documents:
(1) Bid Form using Form DPWH-INF-09.
(2) Bid prices in the Bill of Quantities (BOQ) in the prescribed Forms (Use Forms DPWH-INFR-17 and 18). The bid prices may be in terms of (a) bid unit prices for different work items under the BOQ, or (b) fixed total lump-sum price for the entire contract, based on the type and complexity of the project.
(3) Detailed estimates, including a summary sheet indicating the unit prices of construction materials, labor rates and equipment rentals used in coming up with the Bid.
(4) Cash flow by quarter (Use Form DPWH-INFR-19).
14.3 a. Unless indicated in the BDS, all Financial Proposals that exceed the Approved Budget for the Contract (ABC) indicated in BDS 1.3 shall be rejected.
b. Unless otherwise indicated in the BDS, for foreign-funded procurement, a ceiling may be applied to bid prices provided the following conditions are met:
(i) The BDs are obtainable free of charge on a freely accessible website. If payment of BDs is required by the Procuring Entity, payment could be made upon the submission of bids.
(ii) The Procuring Entity has procedures in place to ensure that the ABC is based on recent estimates made by the responsible unit of the Procuring Entity and that the estimates are based on adequate detailed engineering and reflect the quality, supervision and risk and inflationary factors, as well as prevailing market prices, associated with the types of works to be procured.
(iii) The Procuring Entity has trained cost estimators on estimating prices and analyzing bid variances. It must also have trained quantity surveyors.
(iv) The Procuring Entity has established a system to monitor and report bid prices relative to the ABC and the Procuring Entity-s estimate.
(v) The Procuring Entity has established a monitoring and evaluation system for contract implementation to provide a feedback on actual total cost of works.
14.4 The Bidder may use, as reference, the checklist of requirements for its Technical and Financial Proposals, as shown in Form DPWH-INFR-20.
15. Bid Prices
15.1 The contract shall be for the whole Works, as described in ITB Clause 1.1, based on the priced BOQ (Use Form DPWH-INFR-17) submitted by the Bidder.
15.2 The Bidder shall fill in its unit and total Bid prices for all items of the Works described in the BOQ. Bids not addressing or providing all of the required items in the BOQ shall be considered as non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered a non-responsive, but specifying a "0" (zero) or a dash (-œ--œ) for the said item would mean that it is being offered for free to the Government.
15.3 All duties, taxes, and other levies payable by the Contractor under the Contract, or for any other cause, prior to the deadline for submission of Bids, shall be included in the Bid prices submitted by the Bidder.
15.4 For the given scope of work in the Contract as awarded, all Bid prices shall be considered as fixed prices, and therefore not subject to price escalation during contract implementation, except under extraordinary circumstances as specified in GCC Clause 47. Price escalation may be allowed in extraordinary circumstances as may be determined by the National Economic and Development Authority in accordance with the Civil Code of the Philippines, and upon the recommendation of the Procuring Entity. Furthermore, in cases where the cost of the awarded contract is affected by any applicable new laws, ordinances and regulations, or other acts of the GOP, promulgated after the date of bid opening, a contract price adjustment shall be made or appropriate relief shall be applied on a no loss-no gain basis.
16. Currencies of Bid and Payment
16.1 All bid prices shall be quoted in Philippine Pesos unless otherwise provided in the BDS. However, for purposes of bid evaluation, bids denominated in foreign currencies shall be converted to Philippine currency based on the exchange rate prevailing on the day of the Bid opening.
16.2 If so allowed in accordance with ITB Clause 16.1, the Procuring Entity for purposes of bid evaluation and comparing the bid prices will convert the amounts in various currencies in which the bid price is expressed to Philippine Pesos at the exchange rate as published in the BSP reference rate bulletin on the day of the bid opening.
16.3 Unless otherwise specified in the BDS, payment of the contract price shall be made in Philippine Pesos.
17. Bid Validity
17.1 Bids shall remain valid for the period specified in the BDS, which shall not exceed one hundred twenty (120) calendar days from the date of the opening of Bids.
17.2 In exceptional circumstances, the Procuring Entity may request that the Bidders extend the period of validity of their Bids for a specified additional period. The request and the Bidders- responses shall be made in writing. A Bidder may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the request will not be required or permitted to otherwise modify the Bid, but will be required to extend the validity of the Bid Security for the period of the extension, and in compliance with ITB Clause 14 in all respects.
18. Bid Security
18.1 The Bidder shall submit to the Procuring Entity, as part of its Bid, a Bid Securing Declaration (Using Form-DPWH-INFR-12) or any form of Bid Security in an amount equal to a percentage of the ABC in accordance with the following schedule:
Form Minimum Amount
(1) Cash or cashier-s/ manager-s check issued by a Universal or Commercial Bank. 2% of ABC
(2) Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial Bank (Use Form DPWH-INFR-10 or 11) 2% of ABC
(3) Surety bond callable on demand issued by a surety or insurance company duly certified by the Insurance Commission as authorized to issue such security 5% of ABC
18.2 A Bid Securing Declaration is an undertaking which states, among others, that the bidder shall enter into contract with the Procuring Entity and furnish the required Performance Security within ten (10) calendar days, or less, as indicated in the BDs, from receipt of the Notice of Award, and commits to pay the corresponding amount as fine and be suspended for a period of time from being qualified to participate in any government activity in the event it violates any of the conditions stated therein as required in the guidelines issued by the Government Procurement Policy Board (GPPB).
18.3 The Bid Security should be valid for the period specified in the BDS.
18.4 Any Bid not accompanied by a Bid Securing Declaration or an acceptable Bid Security shall be rejected by the Procuring Entity as non-responsive.
18.5 No Bid Securities shall be returned to Bidders after the opening of Bids and before contract signing, except to those that failed comply with any of the requirements to be submitted in the Technical Proposal and Financial Proposal of the Bid, as provided in the IRR of R.A. 9184. Without prejudice to the forfeiture of Bid Securities, Bid Securities shall be returned only after the bidder with the Lowest Calculated Responsive Bid has signed the contract and furnished the Performance Security, but in no case later than the expiration of the Bid Security validity period indicated in BDS.
18.6 The bid security may be forfeited:
(a) if the Bidder withdraws its Bid after Bid opening during the period of Bid validity; or
(b) if the Bidder does not accept the correction by the Bids and Awards Committee of arithmetical and computational errors in its Bid prices, pursuant to ITB Clause 28; or
(c) in the case of the winning Bidder, if the Bidder fails, within ten (10) days from its receipt of the Notice of Award, to:
(1) submit to the Procuring Entity the following documents:
(a) Notice of Award with the bidder-s signed -œconforme, -
(b) Authority of Signing Official/Board Resolution/Secretary-s Certificate;
(c) For a joint venture (JV), Contractor-s PCAB Special JV License and JV Agreement
(d) Performance Security (Use Form DPWH-INFR-43 or DPWH-INFR-44, as applicable)
(e) Construction Methods (Use Form DPWH-INFR-45);
(f) Construction Schedule in the form of PERT/CPM Diagram or Precedence diagram and Bar Chart with S-Curve (Use Form_DPWH-INFR-46);
(g) Manpower Schedule (Use Form DPWH-INFR-47);
(h) Equipment Utilization Schedule (Use Form DPWH-INFR-48);
(i) Construction Safety and Health Program (Use Form DPWH-INFR-49);
(j) Contractor-s All Risk Insurance (CARI);
(k) Latest Income Tax and Business Returns duly stamped and received by BIR and duly validated with the tax payments made. Tax Clearance from BIR to prove full and timely payment of taxes;
(l) For a local contractor, Certification under oath stating that the Contractor is free and clean of all tax liabilities;
(m) For foreign bidder, valid PCAB License and Registration for the type and cost of the contract to be bid, when the Treaty or International or Executive Agreement expressly allows submission of the PCAB License and Registration for the type and cost of the contract to be bid as a pre-condition to the NOA; and
(n) Integrity Pledge in accordance with Department Order No. 86, series
of 2013; or
(2) sign the Contract agreement;
(d) if the Bidder submits eligibility requirements that contain false information or falsified documents, or conceals such information, in order to influence the outcome of the eligibility screening or any other stage of the bidding; or
(e) if the Bidder submits Bids that contain false information or falsified documents, or conceals such information in the Bids, in order to influence the outcome of the bidding; or
(f) if the Bidder allows the use of its name by another contractor, or uses the name of another contractor, for purposes of public bidding; or
(g) if the Bidder refuses to clarify or validate in writing its Bid during post-qualification within a period of seven (7) calendar days from receipt of the request for clarification; or
(h) if the Bidder makes any documented unsolicited attempt to unduly influence the outcome of the bidding in its favor; or
(i) if the Bidder commits any other act that tends to defeat the purpose of the competitive bidding, such as habitually withdrawing from bidding or submitting letters of non-participation for at least three (3) times within twelve (12) months, except for valid reasons.
19. Alternative Bids by Bidders
19.1 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. For this purpose, alternative bid is an offer made by a Bidder in addition or as a substitute to its original bid which may be included as part of its original bid or submitted separately therewith for purposes of bidding. A bid with options is considered an alternative bid regardless of whether said bid proposal is contained in a single envelope or submitted in two (2) or more separate bid envelopes.
19.2 Each Bidder shall submit only one Bid, either individually or as a partner in a JV. A Bidder who submits or participates in more than one bid (other than as a subcontractor if a subcontractor is permitted to participate in more than one bid) will cause all the proposals with the Bidder-s participation to be disqualified. This shall be without prejudice to any applicable criminal, civil and administrative penalties that may be imposed upon the persons and entities concerned.
20. Format and Signing of Bid
20.1 Bidders shall submit their bids through their duly authorized representative using the appropriate forms provided in Section xI of the SBDs (ANNEx IIA-11) on or before the deadline specified in the ITB Clause 22 in two (2) separate sealed bid envelopes, and which shall be submitted simultaneously. The first shall contain the technical component of the bid as provided in ITB Clause 14.2a, and the second shall contain the financial component of the bid as provided in ITB Clause 14.2a.
20.2 Forms as mentioned in ITB Clause 20.1 must be completed without any alterations to their format, and no substitute form shall be accepted. All blank spaces shall be filled in with the information requested.
20.3 The Bidder shall submit one original copy of the Technical Proposal and one original of the Financial Proposal as described in ITB Clause 20.1 and clearly marked each as -œORIGINAL-TECHNICAL PROPOSAL- and -œORIGINAL-FINANCIAL PROPOSAL-. In addition, the Bidder shall submit copies of the Technical and the Financial Proposal, and clearly mark them -œCOPY NO--TECHNICAL PROPOSAL- and -œCOPY NO--FINANCIAL PROPOSAL-. s. In the event of any discrepancy between the original and the copies, the original shall prevail.
20.4 The original copy of the Bid as indicated in the BDS shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. Each page of the Bid Form and the accomplished Bill of Quantities shall be signed by the Bidder or its duly authorized representative. Failure to do so shall be a ground for the rejection of the Bid.
20.5 Any interlineations, erasures, alterations or overwriting shall be valid only if they are signed or initialled by the person signing the Bid.
20.6 Commissions or gratuities are not allowed.
21. Sealing and Marking of Bids
21.1 The Bidder shall enclose their original Technical Proposal in one sealed envelope marked as -œORIGINAL - TECHNICAL PROPOSAL-, whereas the original of the Financial Proposal shall be enclosed in another sealed envelope marked as -œORIGINAL FINANCIAL PROPOSAL-. Both envelopes shall then be placed in another single envelope marked as -œORIGINAL BID-.
21.2 Each copy of the Technical Proposal and Technical Proposal shall be similarly sealed duly marked as -œCOPY NO-- TECHNICAL PROPOSAL- and -œCOPY NO-- FINANCIAL PROPOSAL- respectively and the outer envelop as -œCOPY NO-.
21.3 These envelopes containing the original and the copies shall then be enclosed in one single envelope that shall:
a. indicate the name of the Contract to be bid;
b. bear the name and address of the Bidder;
c. be addressed to the Procuring Entity in accordance with ITB Clause 7;
d. bear the specific identification of this bidding process indicated in the
BDS; and
f. bear a warning -œDO NOT OPEN BEFORE-- the time and date for the opening of Bids, in accordance with ITB Clause 21.
21.4 If all envelopes are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the Bid. If a Bid is not sealed and marked as required, the bidder or its authorized representative shall acknowledge the condition of such Bid as submitted; otherwise the Bid shall be disqualified.
D. Submission and Opening of Bids
22. Place and Deadline for receipt of Bids
Bids must be received by the BAC of the Procuring Entity at the address and on or before the deadline indicated in the BDS.
23. Late Bids
Any bid submitted after the deadline for the receipt of Bids prescribed by the Procuring Entity, pursuant to ITB Clause 18, shall be declared -œLate- and shall not be accepted by the Procuring Entity.
24. Modification and Withdrawal of Bids
24.1 The Bidder may modify its Bid after it has been submitted provided that the modification is received by the Procuring Entity prior to the deadline prescribed for the receipt of Bids by the BAC. The Bidder shall not be allowed to retrieve its original Bid, but shall be allowed to submit another bid equally sealed, properly identified, linked to its original bid marked as -œTECHNICAL MODIFICATION- or -œFINANCIAL MODIFICATION- and stamped -œreceived- by the BAC. Bid modifications received after the applicable deadline shall not be considered and shall be returned to the Bidder unopened.
24.2 A Bidder may, through a letter of Withdrawal, withdraw its bid after it has been submitted, for valid and justifiable Reasons; Provided That the Letter of Withdrawal is received by the Procuring Entity not later than the deadline prescribed for the receipt Bids.
24.3 Bids requested to be withdrawn in accordance with ITB Clause 20.2 shall be returned unopened to the Bidders. A Bidder may also express its intention not to participate in the bidding through a letter which should reach and be stamped by the BAC before the deadline for submission and receipt of Bids. A Bidder that withdraws its Bid shall not be permitted to submit another Bid, directly or indirectly, for the same contract.
24.4 No bid may be modified after the deadline for receipt of Bids. No Bid may be withdrawn in the interval between the deadline for receipt of Bids and the expiration of the period of Bid validity specified by the Bidder in accordance with ITB Clause 23.1. Withdrawal of a bid during this interval may result in the forfeiture of the Bidder-s Bid Security, pursuant to ITB Clause 14.5, and the imposition of administrative, civil, and criminal sanctions as prescribed by RA
9184 and its IRR.
25. Receipt of Bids under Electronic Bidding
If, as indicated in the BDS, Electronic Bidding is adopted for this procurement pursuant to GPPB Resolution No. 23-2013, dated 30 July 2013, the following procedure shall be observed with regard to the submission and receipt of bids;
a. On-line Bidders may submit their eligibility requirements to the Procuring Entity through the e-bidding facility of PhilGEPS.
b. Joint Ventures
(1) In case of joint venture, each partner of the joint venture must: (i) be registered in the PhilGEPS, (ii) secure Certified Membership Status, and (iii) electronically send its respective eligibility documents.
(2) The joint venture partners must identify and designate the Primary and Secondary Partner(s)
(3) Before the PhilGEPS will accept submission of Technical and Financial Proposals from the Primary Partner, there must be a confirmation from the Secondary Partner(s) as to existence of, or agreement to enter into, a joint venture.
(4) Upon Confirmation, the Primary Partner shall be required by the PhilGEPS to upload the Joint Venture Agreement or a duly notarized statement.
c. With regard to the requirement for a Bid Security as part of the Technical Proposal under Section 5.6.2a(2) above, the following guidelines shall be observed:
(1) On-line bidders may submit the Bid Security in cash through the PhilGEPS electronic payment facility.
(2) In case of other forms of Bid Security, the on-line bidder shall prepare and submit a scanned copy of he Bid Security together with the electronic bid. However, the original Bid Security must be submitted to the BAC concerned before the end of business hours of the day of bid submission, a failure of which shall automatically render the bid submission a non-compliant.
(3) If the on-line bidder sends the original Bid security through registered mail or private courier, the indicated date of receipt by the postal service or private courier shall be considered as the date of submission to the BAC concerned, without prejudice to any verifications during post-qualification.
d. On-line Bidders, or the Primary Partner in the case of Joint Ventures, shall electronically submit their bids the Bidder-s On-line Nominee, at any time before the closing date and time specified in the BDs.
e. The actual time of bid submission of an On-line Bidder shall be the time indicated on the PhilGEPS Server when the Bidder clicks the -œSubmit- button which shall be automatically recorded by the PhilGEPS. Upon receipt of a bid, the PhilGEPS shall automatically generate a receipt page that can be printed by the on-line bidder. This contains the recorded -œsubmission time- which shall be considered as the Official Submission Time of the bidder.
f. An On-line Bidder may modify its bid at any time before the closing date and time for submission and receipt of bids.
g. An On-line Bidder may withdraw its bid before the deadline for the submission and receipt of bids.
h. The PhilGEPS shall bar all incoming bids after the closing date and time.
26. Eligibility Check
26.1 Unless otherwise indicated in the BDS, after determining the names of the bidders that submitted bids for the contract at hand, the BAC of the Procuring Entity, assisted by its BAC Secretariat, shall check if each bidder that submitted bids is eligible to bid for the contract being procured. This shall be done electronically by computer using the data and program in the DPWH Civil Works Registry (CWR). The submission of the Original Receipt (OR) for payment of the BDs for the contract issued by any DPWH field office is sufficient for the BAC of the Procuring Entity to undertake the electronic eligibility evaluation of contractors.
26.2 The BAC Secretariat of the Procuring Entity shall enter into the CWR the Contract Profile (CP) for the contract being procured. The CP will give the basic contract data, including the ABC, works similar to those of the contract to be bid, and contract duration.
26.3 In case a bidder is already enrolled in the CWR and submits the Original Receipt (OR) for payment of the BDs for the contract issued by any DPWH field office, together with its bid, the BAC Secretariat shall enter into the CWR the PCAB License Number and/or name of the bidder.
26.4 In case a bidder is not previously enrolled in the CWR and submits its Eligibility Requirements - i.e., Class -œA- and Class -œB- Documents under CCASR - as part of its bid, together with Original receipt (OR) for payment of the BDs for the contract issued by any DPWH field office, the BAC Secretariat shall immediately encode and enter into the CWR the appropriate data and information - e.g., SLCC, NFCC, etc. - from the submitted Documents.
26.5 In both cases, the CWR program will then electronically process and match the prospective bidder-s capability or eligibility data in the CWR - e.g., value of Single Largest Completed Contract (SLCC) similar to the contract being procured and actual NFCC - against the eligibility requirements for the contract derived from the CP - e.g., SLCC similar to the subject contract and costing at least 50% of ABC, and NFCC at least equal to ABC. The computer program will thus automatically determine whether or not the prospective bidder meets the following eligibility requirements:
a. The cost of the bidder-s SLCC is at least 50% of the ABC of the project to be procured.
b. The bidder-s NFCC is at least equal to the ABC of the project to be procured
The program will also generate the results of the Eligibility Check, including the Notices of Eligibility. The reasons for ineligibility will also be automatically shown in the Notices of Ineligibility.
26.6 During the bids opening session, the BAC will issue the Notices of Ineligibility to the bidders concerned. If any of the bidders immediately agrees to their ineligibility as indicated in the Notices, The BAC shall promptly not consider its bid and thus return it to the bidder unopened. If, on the other hand, any of the bidders indicate its intent to seek a reconsideration of its declared ineligibility, the BAC shall set aside its sealed bid which shall be signed in its cover by the bidder and other competing bidders and bidders of the BAC. If, after evaluating the bidder-s request for consideration, the BAC finds the bidder to be eligible for the contract at hand, the BAC shall set the date and time for the opening of the bids of the bidders concerned.
26.7 The BAC shall then proceed with the opening and preliminary examination of the bids of the bidders that are declared eligible.
27. Opening and Preliminary Examination of Bids
27.1 The BAC shall open the Bid envelopes in the presence of Bidders- representatives who choose to attend, at the time, on the date, and at the place specified in the BDs. Bidders- representatives who are present shall sign a register evidencing their attendance.
27.2 The BAC shall read out and record letters of withdrawal, and return the unopened envelopes containing the corresponding withdrawn Bid to the Bidders concerned. If the withdrawing Bidder-s representative is present, the BAC shall return the original Bid and all copies thereof to that representative during the Bid opening. If the representative is absent, the BAC shall return the unopened Bid by registered mail. The Bidder may withdraw its Bid before the deadline for submission and receipt of Bids, provided that its letter of withdrawal contains a valid justification requesting such withdrawal, subject to appropriate administrative sanctions.
27.3 The BAC shall not accept Bids of ineligible Bidders. The BAC shall open the Bids of eligible Bidders only., in accordance with the following Clauses.
27.4 Outer envelopes marked -œTECHNICAL MODIFICATION- or -œFINANCIAL MODIFICATION- shall be identified but not opened. The BAC shall announce the presence and type of modification from the information contained on the outer envelope.
27.5 The BAC shall then conduct the Preliminary Examination of the Bids. The purpose of this examination is solely to determine the -œpresence-or-absence- of each of the required documents comprising the bid, as stated in Clause 14 above, using a simple non-discretionary -œpass(if present)-or-fail(if absent)- criterion, with the aid of checklists.
27.6 The BAC shall first open and undertake the Preliminary Examination of the envelopes containing the Technical Proposals and modifications, if any, one at a time, and reading out and recording the following:
a. Name of the Bidder.
b. Whether there is a technical modification or substitution.
c. Presence, amount and validity of Bid Security.
d. Presence or absence of each document comprising the Technical Proposal vis-a-vis a checklist of the required documents.
27.7 The BAC of the Procuring Entity shall determine each Bidder-s compliance with the documents required to be submitted for the technical Proposal of the Bid, as prescribed in ITB Clause 10. For this purpose, the BAC shall check the submitted documents in the Technical Proposal against the checklist (Form DPWH-INFR-31) of required documents to ascertain the latter are all present in the Technical Proposal. If the required document is present, The Technical Proposal shall be rated as -œpassed- for that particular requirement. On the other hand, if the required document is absent, i.e., missing, incomplete or patently insufficient, the Technical Proposal shall be rated as -œfailed- for that particular requirement. In case one or more of the required documents in the Technical Proposal of a particular Bid is absent, i.e., missing, incomplete or patently insufficient - the BAC shall rate the Technical Proposal as -œfailed- and immediately return to the Bidder concerned its second envelope (Financial Proposal) unopened. If all of the required documents in the Technical Proposal are present, the Technical Proposal is rated as -œpassed-.
27.8 Unless otherwise indicated in the BDS, on the same day the BAC shall then open the Financial Proposal (second envelope) of each bidder whose Technical Proposal was rated as -œpassed-. The BAC shall check the submitted documents in the Financial Proposal against a checklist of required documents (Form DPWH-INFR-32) to ascertain if the latter are all present in the Financial Proposal. If the required document is present, the Financial Proposal shall be rated as -œpassed- for that particular requirement. In case one or more of the required documents in the Financial Proposal (second envelope) of a particular Bid is absent - i.e., missing, incomplete or patently insufficient - and/or if the submitted total bid price exceeds the ABC, The BAC shall rate the Financial Proposal and, thus, the entire bid, as -œfailed-. If all the required documents in the Financial Proposal are present, the entire bid is rated as -œpassed-. Bids that are so rated as -œpassed- shall immediately be considered for detailed evaluation of the Bids.
27.9 The BAC shall prepare the minutes of the proceedings of the Bid opening that shall include, as minimum: (a) The Abstract of Bids as Read including the name of each Bidder, its Bid prices, Bid Security, and findings of the Preliminary Examination of Bids; and (b) the attendance sheet. The BAC members shall sign the Abstract of Bids as Read and the BAC Observers may witness the same. A copy of the Abstract of Bids as Read shall be made available to all interested Bidders. The minutes of the proceedings of the Bid opening shall be available to the public upon written request and payment of a specified fee to cover the cost of materials.
28. Opening and Preliminary Examination under Electronic Bidding
If as indicated in the BDS, Electronic Bidding is adopted for this procurement pursuant to GPPB Resolution No. 23-2013, dated 30 July 2013, the following procedure shall be observed with regard to the opening and preliminary examination:
a. Upon receipt of manually-filed bids, the Bid Opener, before the Bid Opening, but immediately after the deadline for submission of bids,, shall record and input into the PhilGEPS E-bidding module the date and time each of the bid was manually received, including the name of the bidder-s authorized representative.
b. The BAC shall open the bids immediately after the deadline for submission and receipt of bids, and on the bid opening date.
c. Before the decryption of electronic bids, the Bid Opener must first login to the PhilGEPS and only then can BAC members input their respective USER IDs and PASSWORDS, provided however, that PhilGEPS decryption will not take place unless all the members present and logging in constitute quorum.
d. The Bid Opener shall publicly open the first bid envelopes of bidders who submitted bids manually to determine each bidder-s compliance with the documents required to be submitted for eligibility, that is, legal, technical and financial eligibility documents; and for the technical requirements. For this purpose, the BAC shall check the submitted documents of each bidder against a checklist of required documents to ascertain if they are all present, using a non-discretionary -œpass/fail- criterion. If a bidder submits the required document, it shall be rated -œpassed- for that particular requirement. In this regard, bids that fail to include any requirement or are incomplete or patently insufficient shall be considered as -œfailed-. Otherwise, the BAC shall rate the bidder -œpassed- in relation to the eligibility and technical documents in the first envelope.
e. After all the manually submitted first envelopes of bidders were opened, and the results and findings were encoded in the PhilGEPS Preliminary Examination Report facility, the Bid Opener shall thereafter proceed to decrypt the electronic First Bid Envelope submitted by the On-line Bidders to determine each bidder-s compliance with the required eligibility and technical documents following the steps and procedures outlined in Section 5.6.9d above. Thereafter, the Bid Opener shall input the findings and results into the PhilGEPS Preliminary Examination Report facility.
f. Immediately after determining the compliance with the requirements in the first envelope, the Bid Opener shall forthwith open the manually submitted second bid envelope of each eligible bidder whose first bid envelope was rated -œpassed-. The second envelope of each complying bidder shall be opened within the same day.
g. After all the manually submitted second envelopes of bidders were opened, and the results and findings were enclosed in the PhilGEPS Preliminary Examination Report facility, the Bid Opener shall thereafter proceed to decrypt the electronic Second Bid Envelopes of each On-line Bidders whose electronic first bid envelope was rated -œpassed- to determine each bidder-s compliance with the required financial documents following the steps and procedures outlined in Section 5.6.9f above.
h. In case one or more of the requirements in the second envelope of a particular bid is missing, incomplete, or patently insufficient, and/or if submitted total bid price exceeds the ABC, the BAC shall rate the bid concerned as -œfailed-. The bid Opener shall then input the findings and results into the PhilGEPS Preliminary Examination report facility.
i. Only bids that are determined to contain all the bid requirements for both components shall be rated -œpassed- and shall immediately be considered for evaluation and comparison.
j. The PhilGEPS shall automatically send an electronic mail to all bidders who failed in the preliminary examination of the first and/or second envelope.
E. Evaluation and Comparison of Bids
29. Process to be Confidential
Members of the BAC, its staff and personnel, Secretariat and TWG, as well as its observers, are prohibited from making or accepting any kind of communication with any bidder regarding the evaluation of any of the bids until the issuance of the Notice of Award.
30. Clarification of Bids
To assist in the evaluation, comparison and post-qualification of the bids, the Procuring Entity may ask in writing any Bidder for a clarification of its bid. All responses to requests for clarification shall be in writing. Any clarification submitted by a Bidder in respect to its bid and that is not in response to a request by the Procuring Entity shall not be considered.
31. Detailed Evaluation and Comparison of Bids
a. The Procuring Entity shall evaluate and compare, in detail, only the Bids that are rated -œcomplying- (-œpassed-) for both Technical and Financial Proposals pursuant to ITB Clause 26.
b. In evaluating the Bids to get the Lowest Calculated Bid, the Procuring Entity shall undertake the following:
c. The detailed evaluation of the Financial Proposals of the bids, to establish the correct calculated prices of the Bids;
d. The ranking of the total bid prices as so calculated from the lowest to highest. The Bid with the lowest price in the ranking shall be identified as the Lowest Calculated Bid.
e. To determine the Lowest Calculated Bid, the BAC shall use non-discretionary -œpass/fail- criteria, as stated in the IB, which hall include a consideration of the following:
(1) Completeness of the bid. Unless the ITB specifically allows partial bids, bids not addressing or providing all of the required items in the BDs shall be considered as non-responsive and, thus, automatically disqualified. In this regard, where a required item is provided, but no price is indicated, the same shall be considered as non-responsive, but specifying a "0" (zero) or a dash (-œ--œ) for the said item would mean that it is being offered for free to the Government, except those required by law or regulations to be provided for (IRR Section 32.2.1a); and
(2) Arithmetical corrections. The BAC shall consider computational errors, omissions, and discounts if allowed in the BDs to enable proper comparison of all eligible bids. It may also consider bid modifications if expressly allowed in the BDs. Any adjustment shall be calculated in monetary terms to determine the calculated prices. In case a bid offers a discount on the total bid price, the percentage of the discount to the total bid price shall be applied to all pay items for purposes of evaluating the value of work accomplished during the implementation stage.
(3) Evaluation on equal footing. The BAC shall be evaluate all bids on an equal footing to ensure fair and competitive bid comparison. For this purpose, all bidders shall be required to include the cost of all taxes, such as, but not limited to, value added tax (VAT), income tax, local taxes, and other fiscal levies and duties which shall be itemized in the Bid Form and reflected in the detailed estimates. Such bids, including said taxes, shall be the basis for bid evaluation and comparison.
(4) Rule on discrepancies. In case of discrepancies between: (a) bid prices in figures and in words, the latter shall prevail; (b) total price per item and unit price for the item as extended or multiplied by the quantity of that item, the latter shall prevail; (c) stated total price and the actual sum of prices of component items, the latter shall prevail; (d) unit cost in the detailed estimate and unit cost in the BOQ, the latter shall prevail. The corrected
Documents
Procurement Documents for Philippines
Access a comprehensive library of standard procurement documents specific to Philippines. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in Philippines
Want To Bid in This Tender?
Get Local Agent Support in Philippines and 60 More Countries.
View Tenders By