Click here to load reader
Jan 26, 2021
PHILIPPINE BIDDING DOCUMENTS
(As Harmonized with Development Partners)
Procurement of INFRASTRUCTURE PROJECTS
“Design and Construction of 1 - 1,000 Cu.M.
Glass-Fused-to-Steel Bolted Tank at Brgy.
Manggahan for the Santa Maria Water District
for the Year 2018”
Government of the Republic of the Philippines
Fifth Edition
August 2016
2
TABLE OF CONTENTS
SECTION I. INVITATION TO BID ........................................................................ 3
SECTION II. INSTRUCTIONS TO BIDDERS .......................................................... 7
SECTION III. BID DATA SHEET ................... ERROR! BOOKMARK NOT DEFINED.
SECTION IV. GENERAL CONDITIONS OF CONTRACT ...................................... 41
SECTION V. SPECIAL CONDITIONS OF CONTRACT .......................................... 74
SECTION VI. SPECIFICATIONS ........................................................................ 77
SECTION VII. DRAWINGS ........................... ERROR! BOOKMARK NOT DEFINED.
SECTION VIII. BILL OF QUANTITIES .......... ERROR! BOOKMARK NOT DEFINED.
SECTION IX. BIDDING FORMS ........................................................................ 96
SECTION X. FOREIGN-ASSISTED PROJECTS ERROR! BOOKMARK NOT DEFINED.
3
Section I. Invitation to Bid The Santa Maria Water District, through its Bids and Awards Committee (BAC), invites interested contractors
having PCAB License to apply for eligibility and to bid for the hereunder project:
Name of Project : Design and Construction of 1 - 1,000 Cu.M. Glass-Fused-To- Steel
Bolted Tank at Brgy. Manggahan for the Santa Maria Water District for the Year
2018
Locations : Barangay Manggahan, Santa Maria, Bulacan
Brief Description : The project includes the supply of labor and materials for the design and construction
of Glass- Fused-to-Steel bolted sectional tank, including foundation, tank cover, tank
structure appurtenances as shown on Engineer’s drawings and specifications. All
materials, plant, equipment and tools as required for the construction of the storage
tank shall be included.
Approved Budget for : Fifteen Million One Hundred Thirty Two Thousand Three Hundred Ninety
Two Pesos and Thirty One Centavos
the Contract (ABC) (P 15,132,392.31)
Funding Source : SMWD Corporate Budget as Approved by the Board of Directors
Terms of Payment : 10 % Mobilization and balance shall be paid in progress payment
The complete schedule of activities are as follows:
Activities Schedule 1. Posting of Invitation to Bid
November 21-28, 2018
2. Pre-bid Conference November 29, 2018 2:30PM
Operation Department Office
SMWD, Farmacia Emilia, J.P. Rizal St.
Santa Maria, Bulacan 3. Deadline of Submission of Bids December 11, 2018 @ 12:00 NN
SMWD BAC Secretariat, Farmacia Emilia, J.P. Rizal St. Santa Maria, Bulacan
4. Opening of BID Documents December 11, 2018 1:30PM
Operation Department Office
SMWD, Farmacia Emilia, J.P. Rizal St.
Santa Maria, Bulacan
5. Bid Evaluation December 12, 2018
6. Post Qualification December 13-14, 2018
7. Issuance of NOA December 17, 2018
8. Contract Preparation and Signing December 18-19, 2018
9. Notice to Proceed December 20, 2018
Bidding will be conducted through competitive bidding procedures as specified in the Revised Implementing
Rules and Regulations of Republic Act 9184 (9184), otherwise known as the Government Procurement Reform
Act and guidelines for the Procurement and Implementation of Contracts for design and build infrastructure
projects. The prospective bidder must have an experience of having designed/constructed/ongoing or completed a
4
single glass-fused-to-steel-bolted tank project amounting to at least fifty percent (50%) of the Approved Budget
for the Contract (ABC) within two (2) years from the date of submission and receipt of bids.
Bidders shall submit the technical and financial proposals in a single envelope to the BAC Secretariat on or before
the scheduled deadline for the submission of bids as stated above.
A complete set of Bidding Documents maybe purchased by interested Bidders from the address below and upon
payment of a non-refundable fee for the Bidding Documents in the amount of Twenty Thousand Pesos (P
20,000.00).
It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement
System (PhilGEPS) and the website of the Procuring Entity (SMWD), provided that the Bidders shall pay the
non-refundable fee for the Bidding Documents not later than the submission of their bids.
The Santa Maria Water District 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.
For further information, please refer to:
SMWD BAC SECRETARIAT
SANTA. MARIA WATER DISTRICT
Telefax : 044-798-8897
Mobile Nos.: 0917-138-8683/ 0917-516-0733
Email address: procurement @smwdbulacan.gov.ph
Engr. Emmanuel Enrico A. de Vera BAC Chairman
mailto:[email protected]
5
6
7
Section II. Instructions to Bidders
TABLE OF CONTENTS
A. GENERAL ..................................................................................................... 9
1. Scope of Bid ..............................................................................................................9
2. Source of Funds.........................................................................................................9
3. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ......................9
4. Conflict of Interest ..................................................................................................11
5. Eligible Bidders .......................................................................................................12
6. Bidder’s Responsibilities ........................................................................................13
7. Origin of GOODS and Services ..............................................................................16
8. Subcontracts ............................................................................................................16
B. CONTENTS OF BIDDING DOCUMENTS ........................................................ 16
9. Pre-Bid Conference .................................................................................................16
10. Clarification and Amendment of Bidding Documents............................................17
C. PREPARATION OF BIDS .............................................................................. 17
11. Language of Bids ....................................................................................................17
12. Documents Comprising the Bid: Eligibility and Technical Components ...............18
13. Documents Comprising the Bid: Financial Component .........................................20
14. Alternative Bids ......................................................................................................21
15. Bid Prices ................................................................................................................21
16. Bid Currencies .........................................................................................................22
17. Bid Validity .............................................................................................................22
18. Bid Security .............................................................................................................22
19. Format and Signing of Bids ....................................................................................25
20. Sealing and Marking of Bids...................................................................................25
D. SUBMISSION AND OPENING OF BIDS .......................................................... 26
21. Deadline for Submission of Bids ............................................................................26
22. Late Bids .................................................................................................................26
23. Modification and Withdrawal of Bids.....................................................................26
24. Opening and Preliminary Examination of Bids ......................................................27
E. EVALUATION AND COMPARISON OF BIDS .................................................. 29
25. Process