Sie sind auf Seite 1von 5

Republic of the Philippines 

PROVINCE OF CEBU
Cebu Capitol, Cebu City
BIDS AND AWARDS COMMITTEE
Tel. Nos. 888-2328 local 1214 / 239-5817 / 253-7160

1st Envelope

CHECKLIST OF ELIGIBILITY & TECHNICAL COMPONENTS DURING


OPENING OF BIDS (INFRASTRUCTURE)

The Eligibility Requirement shall contain the following documents:

A. Class “A” Documents

Legal Documents

1. Registration certificate from the Securities and Exchange Commission (SEC) with Articles of
Incorporation, Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative
Development Authority (CDA) for cooperatives;

2. Mayor’s/Business permit issued by the city or municipality where the principal place of business of
the prospective bidder is located, or the equivalent document for Exclusive Economic Zones or
Areas;

In cases of recently expired Mayor’s/Business permits, it shall be accepted together with the
official receipt as proof that the bidder has applied for renewal within the period prescribed by
the concerned local government unit, provided that the renewed permit shall be submitted as a
post-qualification requirement in accordance with Section 34.2 of the IRR.

3. Tax Clearance per Executive Order 398, series of 2005, as finally reviewed and approved by the
BIR.

4. Certificate of Site Inspection issued by PEO as per BAC Res. # 83, Series of 2007.

Technical Documents

1. PhilGEPS Certificate of Registration and membership in accordance with Section 8.5.2 of the IRR,
except for foreign bidders participating in the procurement by a Philippine Foreign Service Office
or Post, which shall submit their eligibility documents under Section 23.1 of the IRR: Provided, that
the winning bidder shall register with the PhilGEPS in accordance with Section 37.1.4 of the IRR;

2. PCAB License and Registration or Special PCAB License in case of Joint Ventures;

3. Statement of all on-going government and private contracts, including contracts awarded but
not yet started, if any, whether similar or not similar in nature and complexity to the contract to be
bid. The Statement shall include, for each contract, the following:

1. Name of contract
2. Date of award
3. Contract Duration
4. Owner’s name and address
5. Nature of Work
6. Contractor’s role (whether sole contractor, subcontractor, or partner in a JV) and
percentage of participation
7. Total Contract value at award
8. Date of completion or estimated completion time
9. Percentages of planned and actual accomplishment,
10. Value of outstanding works,
11. The Statement shall be supported by the notices of award.

4. Statement of bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid,
equivalent to at least fifty (50%) of the ABC. The Statement shall include, for each contract, the
following:

1. Name of contract
2. Date of contract
3. Contract Duration
4. Owner’s name and address
5. Nature of Work
6. Contractor’s role (whether sole contractor, subcontractor, or partner in a JV) and
percentage of participation
7. Total Contract value at award
8. Date of completion or estimated completion time
9. Total contract value at completion
10. The Statement shall be supported by the notices of award and notices to proceed issued by
the owners; and
11. The statement shall be supported by the owner’s certificate of final acceptance or the
certificate of completion and whenever applicable, the Constructors Performance
Evaluation Summary (CPES) Final Rating which must be satisfactory.

Financial Documents

1. Audited financial statements, showing, among others, the prospective total and current assets
and liabilities, stamped “received” by the BIR or its duly accredited and authorized institutions, for
the preceding calendar year which should not be earlier than two (2) years (2015 & 2016), from
the date of bid submission;

2. Net Financial Contracting Capacity (NFCC) computation. The values of the bidder’s current assets
and current liabilities shall be based on the data submitted to the BIR, through its Electronic Filing
and Payment System (EFPS);

B. Class “B” documents:

Valid Joint Venture Agreement (JVA), in case the joint venture is already in existence. In the absence of a
JVA, duly notarized statements from all the potential joint venture partners stating that they will enter into
and abide by the provisions of the JVA in the instance the bid is successful shall be included in the bid.

Technical Documents

1. Bid Securing Declaration in the prescribed form (notarized) or any form of Bid Security in an
amount not less than the required percentage of the ABC in accordance with the following
schedule;
Minimum Amount in % of Approved
Form of Bid Security
Budget for the Contract to be Bid
a)   Cash, Cashier's / Manager's Check issued by a Universal or
Commercial Bank or from other banks certified by the BSP as
authorized to issue such financial instrument.
b)   Bank Draft/Guaranteee issued by a Universal or Commercial Bank 
Two percent (2%)
or from other banks certified by the BSP as authorized to issue
such financial instrument: Provided, however, that it shall be
confirmed or authenticated by a Universal or Commercial Bank, if
issued by a foreign bank.
c)   Surety Bond callable upon demand issued by a surety or insurance
company duly certified by the Insurance Commission as authorized to
Five percent (5%)
issue such security specific for the project to be bid; (Official Receipt
issued by the insurance firm must also be attached)

 Checks must be addressed to the PROVINCE OF CEBU.

2. Project Requirements, which shall include the following:

(1) Organizational chart for the contract to be bid;


(2) 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;
(3) List of contractor’s major equipment units, which are owned, leased, and/or under
purchase agreements, supported by proof of ownership or certification of availability
of equipment from the equipment lessor/vendor for the duration of the project, as the
case maybe.

3. Omnibus Sworn Statement in accordance with Section 25.3 of the IRR and using the form
prescribed in the Bidding Forms.

4. Proof of Authorization. (e.g., duly notarized Secretary’s Certificate and/or Special Power of
Attorney issued by the Corporation or members of the joint venture). If partnership,
corporation, cooperative, or joint venture has granted an individual full authority to do,
execute and perform any and all acts necessary and/or to represent the bidder in the
bidding.

2ND Envelope
THE FINANCIAL COMPONENT SHALL CONTAIN THE FOLLOWING DOCUMENTS:

1. Financial Bid Form in accordance with the form prescribed in Section IV. Bidding Forms;

(Bid validity: Maximum of 120 Calendar Days from the date of the opening of bids.)

2. Bid Prices in Bill of Quantities in the prescribed form;

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 the quarter and payment schedule; and

5. Any other documents described in the BDS (Bid Data Sheet).

- - oOo - -
INSTRUCTION TO BIDDERS

Clause #19: FORMAT OF BIDS

Bidders shall submit their bids through their duly authorized representative using the
appropriate forms provided in Section IX. Bidding Forms in two (2) separate sealed bid
envelopes, and which shall be submitted simultaneously.

The first shall contain the TECHNICAL COMPONENT OF THE BID, including the ELIGIBILITY
REQUIREMENTS, and

The second shall contain the FINANCIAL COMPONENT OF THE BID.

Clause #20: SEALING AND MARKING OF BIDS

1. Bidders shall enclose their original and technical documents in one (1) sealed
marked “ORIGINAL – TECHNICAL COMPONENT”, and the original of their financial
component in another sealed envelope marked “ORIGINAL – FINANCIAL
COMPONENT”, sealing them all in an outer envelope marked “ORIGINAL BID”.

2. Each copy of the first and second envelopes shall be similarly sealed during
marking the inner envelopes as “COPY NO. 1 – TECHNICAL COMPONENT” and
“COPY NO.1 – FINANCIAL COMPONENT” and the outer envelope as “COPY NO. 1”,
respectively. These envelopes containing the original and the copy shall then be
enclosed in one single envelope.

ALL PHOTOCOPIES FROM THE ORIGINAL MUST BE STAMPED “CERTIFIED TRUE COPY FROM
THE ORIGINAL” AND SIGNED BY THE BIDDER OR THE DULY AUTHORIZED REPRESENTATIVE.

3. The original and the copy of the Bid shall be typed or written in indelible ink and
shall be signed by the bidder or its duly authorized representative/s.

4. All envelopes shall:

1. Contain the name of the contract to be bid in capital letters;


2. Bear the name and address of the Bidder in capital letters;
3. Bear addressed to the Procuring Entity’s BAC
4. Bear the specific identification of the bid
5. Bear a warning “DO NOT OPEN BEFORE..” the date and time for the opening if
bids

5. If bids are not sealed and marked as required, the Procuring Entity will assume no
responsibility for the misplacement or premature opening of bid.

Clause #21: SUBMISSION AND OPENING OF BIDS

Bids must be received by the Procuring Entity’s BAC Secretariat at the address and on
or before the date and time indicated in the BDS.
Clause #22: LATE BIDS

Any bid submitted after the deadline for submission and receipt of bids prescribed by
the Procuring Entity, shall be declared “LATE” and shall not be accepted by the Procuring
Entity.

Das könnte Ihnen auch gefallen