You are on page 1of 11

PHILIPPINE RED CROSS

Iloilo Chapter
Bonifacio Drive, Iloilo City
BIDS AND AWARDS COMMITTEE
BIDDERS CHECKLIST OF REQUIREMENTS FOR ITS BID, INCLUDING ELIGIBLITY DOCUMENTS,
TECHNICAL DOCUMENTS AND FINANCIAL PROPOSALS

Project:

Item
No

Item Description

Qty.

Unit

sanitary block

sanitary block

unit

Lanjagan Primary School:

1.

Construction of 3-seater toilet


detached with hand washing
facility and one (1) concrete stand
for water tank
Rehabilitation of (2) wash
facilities, toilet walls & doors and
water supply connection/network

Pinay Espinosa Elem School:

2.

Construction of 4-seater toilet


detached with hand washing
facility and one (1) concrete stand
for water tank
Rehabilitation of (2) wash
facilities, toilet walls & doors and
water supply connection/network

Punta Buri Elementary School:


3.

Rehabilitation of concrete water


tank, wash facilities, toilet walls &
doors and water supply
connection/network

Cost/Price
of Bid
Documents

Tagubanhan Elem School:

4.

Construction of 3-seater toilet


detached with hand washing
facility and one (1) concrete stand
for water tank

sanitary block

sanitary block

sanitary block

sanitary block

sanitary block

Rehabilitation of (4) wash


facilities, toilet walls & doors and
water supply connection/network
from the community water source

Camambugan Elem School:

5.

Construction of 4-seater toilet


detached with hand washing
facility
Rehabilitation of (2) wash
facilities, toilet walls & doors and
water supply connection/network

Pedro Bedez Elem School:

6.

Construction of 3-seater toilet


detached with hand washing
facility, one (1) concrete stand for
water tank , and construction of
(1) hand pump
Rehabilitation of (2) wash
facilities, toilet walls & doors and
water supply connection/network

Quiasan Elementary School:

7.

Construction of 3-seater toilet


detached with hand washing
facility and rehabilitation of deep
well
Rehabilitation of (6) wash
facilities, toilet walls & doors and
water supply connection/network

8.

Salong Elementary School:


Construction of 3-seater toilet
detached with hand washing
facility
Rehabilitation of (6) wash
facilities, toilet walls & doors and
water supply connection/network

Ajuy Rural Health Unit:


9.

Construction of waste
management tank and water
tank. Rehabilitation of toilets and
water supply connection/network.

Rehabilitation

Rehabilitation

Rehabilitation

Rehabilitation

Rehabilitation

Bay-ang Brgy Health Center:


10.

Construction of waste
management tank. Rehabilitation
of PWD pathway and water supply
connection/network.

Lanjagan Brgy Health Center:


11.

Construction of waste
management tank and water
tank. Rehabilitation of water
supply connection /network.

Balasan Rural Health Unit:


12.

Construction of waste
management tank and
rehabilitation of water supply
connection/network.

Cabalic Brgy Health Center:


13.

Construction of waste
management tank and
rehabilitation of water supply
connection/network.

GENERAL CONDITIONS
Documents are required to put in to separate envelopes a and B. Envelope A should contain
Legal/eligibility documents and envelope B should contain technical and financial
documents.
During the opening of bids, Envelope A will be opened first. If envelope A does not contain
all the required documents, envelope B will not be opened and the A the BAC will provide a
period for completion which must be strictly enforced otherwise the bid will be disqualified
Required Documents from Bidders as below:
I.

Legal / Eligibility Documents

A. ENVELOPE A
All the required Eligibility Documents listed shall be submitted following such order. These
Documents shall be the basis of the bidders eligibility check. In case one or more of the
Required document/s is/are missing, the BAC shall not open Envelope B
Eligibility/ Legal Documents
1. Registration certificate from the Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative development Authority (CDA) for cooperatives.
2. Mayors permit issued by the city or municipality where the principal place of
Business of the prospective bidder is located.
3. Duly signed Statement of all ongoing government and private contracts
Including contracts awarded but not yet started in case of ongoing contract;
Submit also the following in this envelope:
a.Copies of the corresponding notices of award and /or notices to proceed.
4. Duly signed statement identifying Bidders Single Largest Completed
Contract.
a. Must indicate a single contract, similar to the contract to be bid, in an
amount equivalent to at least fifty percent (50%) of the ABC to be bid.
b. Submit also the following inside this envelope;
b.1. copy of the corresponding notice of award or notice to proceed;
b.2. copy of owners certificate of final acceptance or certificate of
completion, or Contractors Performance Evaluation Summary (CPES) final
rating, which must be satisfactory.
5. Valid Philippine Contractors Accreditation (PCAB) license and
Registration for the type and cost of the Contractor for this Project.
For joint venture, a valid PCAB license and registration specifically issued
The joint venture in Accordance with Section 38 of R.A. 4566.

6. Audited financial statements, stamped received by the Bureau of Internal


Revenue (BIR) or its duly accredited and authorized institutions, for the preceding
calendar year, which should not be earlier than two (2) years from bid submission.
7. Duly Signed Computation of Net Financial Contracting Capacity (NFCC) which shall be
at least equal to the ABC to be bid.
8. Tax clearance s finally reviewed and approved by the BIR, as per Executive Order
398, Series of 2005;
. Technical and Financial Documents
B. ENVELOPE B
Technical Documents
9. If applicable, valid and duly signed joint Venture Agreement (JVA) in case of
Joint Venture is already in existence, or a duly notarized statements from all the
potential joint venture members stating that they will enter into and abide by the
provision of the JVA in the instance that bid is successful, members of the JVA or the
intended JVA shall also submit the documents:
a. Registration certificate from the Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives.
b. Mayors permit issued by the city or municipality where the principal place of
business of the prospective bidder is located.
c. Duly signed Statement of all ongoing government and private contracts
including contracts awarded bad not yet started in case of ongoing contract;
submit also the following in this envelope:
c.1 Copies of the corresponding notices of award and / or notices to proceed.
d. Duly signed Computation of Net Financial Contracting Capacity (NFCC) which
shall be at least equal to the ABC to be bid.
10. Original Bid Security or original Bid Securing Declaration
Bid Security in the prescribed form, amount and validity period, in no case shall the period
exceed one hundred twenty (120) calendar days from date of the opening of bids.
It shall be equal to the percentage of Bid amount, in accordance with the following
schedule:

Form of Bid Security

Amount of Bid Security.


(Equal to Percentage of the Bid Amount)

(a) Cash or cashiers/ managers check


issued by a Universal or Commercial
Bank.

Two percent (2%)

(b) Bank draft/guarantee or irrevocable


letter of credit issued by a Universal or
Commercial Bank: Provided, however,
that it shall be confirmed or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.

Two percent (2%)

(c) Surety bond callable upon demand


issued by a surety or insurance
company duly certified by the
Insurance Commission as authorized
to issue such security.

(d) Any combination of the foregoing

Five percent (5%)

Proportionate to share of form with respect


to total amount of security

11. Project requirements, which shall include the following:


a. Organization Chart for the contract to bid.
b. List of contractors personnel to be assigned to the contract to be bid, with
their complete qualification and experience data, viz: Project Manager,
Project Engineer, Materials Engineer, and Foremen.

c. List of contractors equipment units, which are owned, leased, and /or
under purchase agreements, supported by certification of availability of
equipment from the equipment lessor/ vendor for the duration of the
project.
12. Original and duly signed Omnibus Sworn Statement (OSS):
Sworn Statement in accordance with Section 25(b)(iv) of the IRR of RA
9184 using the prescribed Forms (OMNIBUS SWORN STATEMENT)
including item below as per GPPB Resolution no. 22-2013 dated July
30,2013 which shall include:
[Name of bidder] did not give or pay directly or indirectly, any commission,
amount, fee, or any form of consideration, pecuniary or otherwise, to any
person or official, personnel or representative of the government in
relation to any procurement project or activity.
Sworn Statement by the prospective bidder that:
a. The signatory is duly authorized.
b. It is not b
lacklisted or barred from bidding.
c. Each of the documents submitted is an authentic copy of the original, complete
all statements and information provided therein are true and correct.
d. The chairman, Board of Directors, Chapter Administrator and Head of Operations
or their duly authorized representative/s is authorized to verify all documents
submitted.
e. It is not related to the head of the Procuring Entity, members of the BAC, the BAC
secretariat and the heads of the office or the end-user unit, by consanguinity or
affinity up to the third civil degree.
f. It implies with the responsibilities of a prospective or eligible bidder.

Financial Documents:
Mandatory Requirements
1. Original duly signed and priced Financial bid Form
2. Original duly signed and priced Program of Works

3. Bar Chart /PERT CPM for each building for repair/ rehabilitation and new
construction.
4. Original duly signed and priced Bill of Quantities
5. Accreditation Fees and requirements for all participating Bidders to
Philippine Red Cross (PRC)-National Headquarters (1 year accreditations
to participate in all bidding requirement of PRC.
Optional Requirement:
6. Soft copy in compact disc (CD) or flash drive of the duly price Bill of
Quantities and Program of Works using Microsoft Excel
General Clause:
Please acknowledge receipt of this request and indicate your intention to bid
by email/fax to us.
Pertinent Information:
Inspection at unloading maybe required. We will advise this at time of
purchase and arrange at our cost.
Insurance should be affected by the seller
The PRC reserve the right to accept your offer and the lowest evaluated bid
need not be accepted.
Should your offer be accepted you will be required to sign and return formal
Purchase Order confirming your acceptance of the agreed terms and
conditions.
Performance Bond:

The winning bidder is required to submit a Performance Bond in the


following:
Performance bond
Amount
Cash or cashiers Check

10% of the Total Contract Price

Default

In case of default by the Bidder including but not limited to failure or refusal
to make deliveries within the limit specified, the PRC may procure the goods
or services from other sources and hold the Bidder responsible for any excess
costs occasioned thereby. Furthermore, the PRC may by written notice the

right of the Bidder to proceed with the deliveries, or such parts thereof as to
which there has been default.
Warranty and Guarantee:

The Bidder warrants the good and services furnished under this Contract is
fitted for their intended use; free from defects in workmanship or materials,
and indemnifies the PRC against any claims resulting there from. This
warranty is without prejudice to any further guarantees that the Bidder
provides to the PRC; such guarantee shall apply to the subject goods of the
Contract.

Conformity with Specifications:

In the case of goods purchased on the basis of specifications the Bidder


warrants their conformity. The PRC shall have the right to reject the goods or
any part thereof if they do not conform to specifications. In case of nonconformity the Buyer will reserve the right to either:
(i)
Required the seller for full replacement of goods, OR
(ii)
Terminate the Contract and hold the seller or any consequential cost
result from the non-conformity.

Inspection:

Goods supplied will be inspected by the PRC staff. If the goods are not found
satisfactory as per Purchase Order, it shall be rejected wholly. Seller will
replace at his own costs quantities which upon inspection are not found in
conformity with PRC as per purchase order. Seller will also be liable to
reimburse all losses suffered by PRC or any additional cost suffered from the
non-conformity of goods supplied by the bidder

Force Majeure

Force Majeure, as used herein, shall mean acts of God, laws or regulations,
industrial disturbances, acts of the public enemy, civil disturbances,
explosions and other similar cause of equivalent force not caused by nor
within the control of either party, and which neither party is able to
overcome. As soon as possible after the occurrence of a force majeure and
within not more than 15 days, the Bidder shall give notice and full particulars
in writing to the PRC of such force majeure if the Bidder thereby rendered
unable wholly or partly to perform his obligations and meets his
responsibilities. The PRC shall then have the right to terminate the Contract
by giving in writing notice of termination within 7 days upon receipt of notice
from Bidder; the Bidder shall return any deposit paid by PRC.

Disputes Arbitration

Any claim or controversy arising out of this Contract or to the breach,


termination or invalidity thereof shall be settled by arbitration in any court
within Iloilo City in accordance with rules governing arbitration of the
Philippine Trade Law subject to such modifications as the Parties may agree
in writing. The Parties hereby agree to be bound by any arbitration award
rendered in accordance with this paragraph as final adjudication of any such
claim or controversy.

Assignment

The Bidder shall not assign, transfer, pledge or make other disposition of this
Contract or any part thereof or any of the rights, claims or obligations under
this Contract except with the prior consent of the PRC.

Official Not to Benefit

The Bidder represents and warrants that no official and staff of PRC has been,
or shall be, admitted by the Bidder to any direct or indirect benefit arising
from the contract of the award thereof. The Supplier agrees that breach of
this provision is a breach of an essential term of this Contract.

Your offer must remain valid within 120 days before which a purchase order,
if placed, should be accepted to you.
Please include the validity period in the offer.

Validity:

Candidates or Tenders falling under any of the following clauses shall be excluded from
participation in this tender:
a. They are bankrupt or being wound up, are having their affairs administered by the
courts, have entered into an arrangement with creditors, have suspended business
activities, are the subject of proceedings concerning those matters, or are in any
analogous situation arising from a similar procedure for in national legislation or
regulations;
b. They have been convicted of an offense concerning their professional conduct by a
judgement which has the force of res judicata;
c. They have been guilty of grave professional misconduct proven by any means which
the contracting authority can justify;
d. They have not fulfilled obligations relating to the payment of social security
contributions or the payment of taxes in accordance with the legal provisions of the
country in which they are established or with those of the country of the contracting
authority or those of the country where the contract is to be performed;

e. They have been the subject of a judgement which has the force of res judicata for
fraud, corruption, involvement in a criminal organization or any other illegal activity
detrimental to the Communities financial interests;
f. Following another procurement procedure or grant award procedure financed by
the Community Budget, they have been declared to be in serious breach of contract
for failure to comply with their contractual obligations.
The Bidder is responsible to double check the full description of the above requirements in
the bidding documents issued by the Procuring Entity.
The Bidders are required to provide a Table of Contents and corresponding tab/label for
each submitted technical and financial components to help ensure completeness of
submission by the bidders and facilitate examination by the BAC
. To facilitate the post-qualification, the bidder at its option may submit in advance, i.e,
on the deadline for submission and receipt of bids, the documents below as required, in a
separate envelope as follows:
1. Latest income and business tax returns in the following form:
a. Printed copies of the electronically field latest income Tax and
Business Tax Returns with a copy of their respective Payment
Contribution forms for the immediate preceding calendar / tax year
form the authorized agent.
2. Valid Certificate of PhilGEPS Registration
However, non-submission of these documents in advance will not disqualify the bidder
during the opening and examination of bids.
The envelope shall be marked:

Name of Project:____________________________________
Bid Opening Date:___________________________________
Name of Bidder:____________________________________

Bidder must certify through the presentation of a Declaration of responsibility, without


prejudice to the successful bidders obligation to present the required certificates.

You might also like