Completion of Deped Division Office Phase 1

Completion of Deped Division Office Phase 1

Philippine Bidding Documents

(As Harmonized with Development Partners)

Completion of DepEd Division Office – Phase 1

Procurement of INFRASTRUCTURE PROJECTS

Government of the Republic of the Philippines

Fourth Edition

December 2010

Preface

These Philippine Bidding Documents (PBDs) for the procurement of Infrastructure Projects (hereinafter referred to also as the “Works”) through Competitive Bidding have been prepared by the Government of the Philippines (GOP) for use by all branches, agencies, departments, bureaus, offices, or instrumentalities of the Government, including government-owned and/or -controlled corporations (GOCCs), government financial institutions (GFIs), state universities and colleges (SUCs), and local government units (LGUs). The procedures and practices presented in this document have been developed through broad experience, and are for mandatory[1] use in projects that are financed in whole or in part by the GOP or any foreign government/foreign or international financing institution in accordance with the provisions of the Implementing Rules and Regulations (IRR) of Republic Act No. 9184 (R. A. 9184).

This PBDs is intended as a model for admeasurements (unit prices or unit rates in a bill of quantities) types of contract, which are the most common in Works contracting.

The Bidding Documents shall clearly and adequately define, among others: (a) the objectives, scope, and expected outputs and/or results of the proposed contract; (b) the eligibility requirements of bidders; (c) the expected contract duration; and (d) the obligations, duties, and/or functions of the winning bidder.

In order to simplify the preparation of the Bidding Documents for each procurement, the PBDs groups the provisions that are intended to be used unchanged in Section II. Instructions to Bidders (ITB) and in Section IV. General Conditions of Contract (GCC). Data and provisions specific to each procurement and contract should be included in Section III. Bid Data Sheet (BDS); Section V. Special Conditions of Contract (SCC);

Section VI. Specifications; Section VII. Drawings; Section VIII. Bill of Quantities; and Section X. Foreign-Assisted Projects. The forms to be used are provided in Section IX. Bidding Forms.

Care should be taken to check the relevance of the provisions of the Bidding Documents against the requirements of the specific Works to be procured. In addition, each section is prepared with notes intended only as information for the Procuring Entity or the person drafting the Bidding Documents. They shall not be included in the final documents, except for the notes introducing Section IX. Bidding Forms, where the information is useful for the Bidder. The following general directions should be observed when using the documents:

(a)All the documents listed in the Table of Contents are normally required for the procurement of Infrastructure Project. However, they should be adapted as necessary to the circumstances of the particular Project.

(b)Specific details, such as the “name of the Procuring Entity” and “address for proposal submission,” should be furnished in the BDS and SCC. The final documents should contain neither blank spaces nor options.

(c)This Preface and the footnotes or notes in italics included in the Invitation to Bid, BDS, SCC, Specifications, Drawings, and Bill of Quantities are not part of the text of the final document, although they contain instructions that the Procuring Entity should strictly follow. The Bidding Documents should contain no footnotes except Section IX. Bidding Forms since these provide important guidance to Bidders.

(d)The cover should be modified as required to identify the Bidding Documents as to the names of the Project, Contract, and Procuring Entity, in addition to date of issue.

(e)If modifications must be made to bidding procedures, they can be presented in the BDS. Modifications for specific Project or Contract details should be provided in the SCC as amendments to the Conditions of Contract. For easy completion, whenever reference has to be made to specific clauses in the BDS or SCC these terms shall be printed in bold type face on Section II. Instructions to Bidders, and Section IV. General Conditions of Contract, respectively.

1

TABLE OF CONTENTS

Section I. Invitation to Bid

Section II. Instructions to Bidders......

Section III. Bid Data Sheet

Section IV. General Conditions of Contract......

Section V. Special Conditions of Contract

Section VI. Specifications

Section VII. Drawings

Section VIII. Bill of Quantities

Section IX. Bidding Forms

Section X. Foreign-Assisted Projects

1

Section I. Invitation to Bid

Notes on the Invitation to Bid
The Invitation to Bid provides information that enables potential Bidders to decide whether to participate in the procurement at hand. The Invitation to Bid shall be:
(a)Advertised at least once in a newspaper of general nationwide circulation which has been regularly published for at least two (2) years before the date of issue of the advertisement, subject to Sections 21.2.2 of the IRR of R.A. 9184;
(b)Posted continuously in the Philippine Government Electronic Procurement System (PhilGEPS) website and the website of the Procuring Entity concerned, if available, for a minimum period of seven (7) calendar days starting on the date of advertisement; and
(c) Posted at any conspicuous place reserved for this purpose in the premises of the Procuring Entity concerned for a minimum period of seven (7) calendar days, as certified by the head of the Bids and Awards Committee (BAC) Secretariat of the Procuring Entity concerned.
Apart from the essential items listed in the Bidding Documents, the Invitation to Bid should also indicate the following:
(a)The date of availability of the Bidding Documents, which shall be from the time the Invitation to Bid is first advertised/posted until the deadline for the submission and receipt of bids.
(b)The place where the Bidding Documents may be purchased or the website where it may be downloaded.
(c)The deadline for the submission and receipt of bids from the last day of posting of the Invitation to Bid; and
(d)Any important bid evaluation criteria.
The Invitation to Bid should be incorporated into the Bidding Documents. The information contained in the Invitation to Bid must conform to the Bidding Documents and in particular to the relevant information in the BDS.
For foreign-assisted projects, the Invitation to Bid to be used is provided in Section X-Foreign-Assisted Projects.

1

Republic of the Philippines

Department of Education

Region X

LANAO DEL NORTE DIVISION

Gov. Arsenio A. Quibranza Provincial Government Center

Pigcarangan,Tubod,Lanao del Norte

063-341-5655/341-5821

email address:

Invitation to Bid

Completion of DepEd Division Office – Phase 1

  1. The Department of Education, Division of Lanao del Norte through the ABM No. ABM-BMB-B-12-0006355 intends to apply the sum of 5,940,000.00Philippine Pesos being the Total Approved Budget for the Contract (ABC) to payments under the contract for

No. / Item Description / Approved Budget for the Contract (ABC) / Amount of Bidding Documents / Contract Duration (Calendar Days)
1 / COMPLETION OF DEPED DIVISION OFFICE – PHASE 1 / 5,940,000.00 / 47,520.00 / 150 CD
SCOPE OF WORKS
Project: Completion of DepEd Division Office – Phase 1
  1. Construction of 2-Storey Division Office
  2. Total area covered for the construction equal to more than 400.00 square meters.
  3. Preparation of Structural Analysis Design prepared by qualified Structural Engineer.
  4. Preparation of 8 sets-Plans and Specifications, Complete with the following details:
Perspective View, Ground Floor Plan, Second Floor Plan, Front Elevation View, Rear Elevation View, Right Side Elevation View, Left Side Elevation View, Traverse Section Details, Longitudinal Section View, Foundation Plan, Schedule of Beams, Tie Beam Layout Plan, Details of Floor System, Doors and Window Schedule, Roof Framing Plan, stair Details, Second Floor Beam Layout Plan, Footing and Column Details, Ground Floor Plumbing Layout Plan, Second Floor Plumbing Layout Plan, Plumbing Layout Isometric View, Septic Vault Details, Ground Floor Electrical Layout Plan, Electrical Load Schedule, Electrical Location Plan, Electrical Service Entrance details, Loft Electrical Layout Plan, Electrical Single Line Diagram, Electrical Legend and Electrical General Specifications.

Bids received in excess of the ABC shall be automatically rejected at bid opening.

  1. The Department of Education, Division of Lanao del Norte now invites bids for Construction of School Building. Completion of the Works is required after the above stated contract duration from the issuance of Notice to Proceed. Bidders should have completed, within ten (10) years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to Bidders.
  2. Bidding will be conducted through open competitive bidding procedures using non-discretionary pass/fail criterion as specified in the Implementing Rules and Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the “Government Procurement Reform Act”.

Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least seventy five percent (75%) interest or outstanding capital stock belonging to citizens of the Philippines.

  1. Interested bidders may obtain further information from Department of Education, Division of Lanao del Norte and inspect the Bidding Documents at the address given below from 8:00AM to 5:00PM.
  2. A complete set of Bidding Documents may be purchased by interested Bidders from the address below and upon payment of a nonrefundable fee for the Bidding Documents in the amount indicated above.
  3. The Department of Education Division of Lanao del Norte will hold a Pre-Bid Conference on September 3, 2012 @ 10AM at DepEd Division Office Conference Room, Pigcarangan, Tubod, Lanao del Norte.
  4. Bids must be delivered to the address below on or before September 18, 2012 @ 8AM to 10AMat DepEd Division Office Conference Room, Pigcarangan, Tubod, Lanao del Norte. All bids must be accompanied by a bid security in any of the acceptable forms and in the amount stated in ITB Clause 18.

Bids will be opened in the presence of the bidders’ representatives who choose to attend at the address below. Late bids shall not be accepted.

Activity / Date and Time / Venue
Issuance of Bidding Documents / Aug. 23, 2012-Sept. 13, 2012 / DepEd-Lanao del Norte Division Office
Pre-Bid Conference / Sept. 3, 2012 @ 10AM / DepEd-Lanao del Norte Division Office Conference Room
Letter of Intent / Aug. 23, 2012-Sept. 13, 2012 / DepEd-Lanao del Norte Division Office
Submission and of Bids / September 18, 2012, 8-10AM / DepEd-Lanao del Norte Division Office Conference Room
Opening of Bids/ Eligibility Check / September 18, 2012, 10AM / DepEd-Lanao del Norte Division Office Conference Room
  1. The Department of Education Division of Lanao del Norte reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award, without thereby incurring any liability to the affected bidder or bidders.
  2. For further information, please refer to:

ERWIN B. ISRAEL

BAC Secretariat

MYLES M. SAYRE

BAC Secretariat

DepEd.Division of Lanao del Norte

Pigcarangan, Tubod, Lanao del Norte

063-341-5655

TERESITA B. ILAGO

Vice Chairperson

Bids and Awards Committee (BAC)

DepEd Lanao del Norte Division

Tubod, Lanao del Norte

Section II. Instructions to Bidders

Notes on the Instructions to Bidders
This Section of the Bidding Documents provides the information necessary for bidders to prepare responsive Bids, in accordance with the requirements of the Procuring Entity. It also provides information on the eligibility check, Bid submission, opening, and evaluation, and on the award of contract.
This Section contains provisions that are to be used unchanged. Section III. Bid Data Sheet consists of provisions that supplement, amend, or specify in detail information or requirements included in this Section and which are specific to each procurement.
Matters governing the performance of the Contractor, payments under the contract, or matters affecting the risks, rights, and obligations of the parties under the contract are not normally included in this section, but rather under Section IV. General Conditions of Contract (GCC), and/or Section V. Special Conditions of Contract (SCC). If duplication of a subject is inevitable in the other sections of the document prepared by the Procuring Entity, care must be exercised to avoid contradictions between clauses dealing with the same matter.

1

TABLE OF CONTENTS

A.General

1.Scope of Bid

2.Source of Funds

3.Corrupt, Fraudulent, Collusive, and Coercive Practices

4.Conflict of Interest

5.Eligible Bidders

6.Bidder’s Responsibilities

7.Origin of GOODS and Services

8.Subcontracts

B.Contents of Bidding Documents

9.Pre-Bid Conference

10.Clarification and Amendment of Bidding Documents

C.Preparation of Bids

11.Language of Bids

12.Documents Comprising the Bid: Eligibility and Technical Components

13.Documents Comprising the Bid: Financial Component

14.Alternative Bids

15.Bid Prices

16.Bid Currencies

17.Bid Validity

18.Bid Security

19.Format and Signing of Bids

20.Sealing and Marking of Bids

D.Submission and Opening of Bids

21.Deadline for Submission of Bids

22.Late Bids

23.Modification and Withdrawal of Bids

24.Opening and Preliminary Examination of Bids

E.Evaluation and Comparison of Bids

25.Process to be Confidential

26.Clarification of Bids

27.Detailed Evaluation and Comparison of Bids

28.Post Qualification

29.Reservation Clause

F.Award of Contract

30.Contract Award

31.Signing of the Contract

32.Performance Security

33.Notice to Proceed

1.Definitions

2.Interpretation

3.Governing Language and Law

4.Communications

5.Possession of Site

6.The Contractor’s Obligations

7.Performance Security

8.Subcontracting

9.Liquidated Damages

10.Site Investigation Reports

11.The Procuring Entity, Licenses and Permits

12.Contractor’s Risk and Warranty Security

13.Liability of the Contractor

14.Procuring Entity’s Risk

15.Insurance

16.Termination for Default of Contractor

17.Termination for Default of Procuring Entity

18.Termination for Other Causes

19.Procedures for Termination of Contracts

20.Force Majeure, Release From Performance

21.Resolution of Disputes

22.Suspension of Loan, Credit, Grant, or Appropriation

23.Procuring Entity’s Representative’s Decisions

24.Approval of Drawings and Temporary Works by the Procuring Entity’s Representative

25.Acceleration and Delays Ordered by the Procuring Entity’s Representative

26.Extension of the Intended Completion Date

27.Right to Vary

28.Contractor's Right to Claim

29.Dayworks

30.Early Warning

31.Program of Work

32.Management Conferences

33.Bill of Quantities

34.Instructions, Inspections and Audits

35.Identifying Defects

36.Cost of Repairs

37.Correction of Defects

38.Uncorrected Defects

39.Advance Payment

40.Progress Payments

41.Payment Certificates

42.Retention

43.Variation Orders

44.Contract Completion

45.Suspension of Work

46.Payment on Termination

47.Extension of Contract Time

48.Price Adjustment

49.Completion

50.Taking Over

51.Operating and Maintenance Manuals

1

A.General

1.Scope of Bid

1.1The Procuring Entity as defined in the BDS, invites bids for the construction Works, as described in Section VI. Specifications. The name and identification number of the Contract is provided in the BDS.

1.2The successful bidder will be expected to complete the Works by the intended completion date specified inSCC Clause 1.16.

2.Source of Funds

The Procuring Entity has a budget from the CY 2011 Basic Education Facilities Fund 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, and Coercive Practices

3.1.Unless otherwise specified in the BDS, the Procuring Entity, as well as bidders and contractors, shall observe the highest standard of ethics during the procurement and execution of the contract. In pursuance of this policy, the Funding Source:

(a)defines, for purposes of this provision, the terms set forth below as follows:

(i)"corrupt practice" means behavior on the part of officials in the public or private sectors by which they improperly and unlawfully enrich themselves, 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

Procuring Entity, 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;

(ii)"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 (prior to 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;

(iii)“collusive practices” 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; and

(iv)“coercive practices” 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;

(v)“obstructive practice” is

(aa)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

(bb) acts intended to materially impede the exercise of the inspection and audit rights 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 or fraudulent 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 Contract funded by the Funding Source if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing or, or in executing, a Contract funded by the Funding Source.

3.2.Further, the Procuring Entity will seek to impose the maximum civil, administrative, and/or criminal penalties available under the applicable laws on individuals and organizations deemed to be involved in any of the practices mentioned in ITB Clause 3.1(a).

3.3.Furthermore, 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 contract themselves or through independent auditors as reflected in the GCC Clause 34.