0% found this document useful (0 votes)
20 views44 pages

Mmda03 (Boq)

The Philippine Bidding Documents (PBDs) outline the procurement process for infrastructure projects, specifically for the MMDA Network Migration project from Makati City to Pasig City. The document details eligibility requirements, bidding procedures, and contract obligations, emphasizing the importance of adhering to the guidelines established by the Government of the Philippines. Interested bidders must submit their bids by February 27, 2024, with a pre-bid conference scheduled for February 15, 2024.

Uploaded by

arismroberto
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views44 pages

Mmda03 (Boq)

The Philippine Bidding Documents (PBDs) outline the procurement process for infrastructure projects, specifically for the MMDA Network Migration project from Makati City to Pasig City. The document details eligibility requirements, bidding procedures, and contract obligations, emphasizing the importance of adhering to the guidelines established by the Government of the Philippines. Interested bidders must submit their bids by February 27, 2024, with a pre-bid conference scheduled for February 15, 2024.

Uploaded by

arismroberto
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 44

PHILIPPINE BIDDING DOCUMENTS

MMDA NETWORK MIGRATION FROM


THE OLD METROBASE IN ORENSE ST.,
GUADALUPE NUEVO, MAKATI CITY TO
THE NEW MMDA BUILDING AT JULIA
VARGAS AVENUE, PASIG CITY

Government of the Republic of the Philippines

Sixth Edition
July 2020
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 for use by all branches, agencies, departments,
bureaus, offices, or instrumentalities of the government, including government-owned and/or
-controlled corporations, government financial institutions, state universities and colleges,
local government units, and autonomous regional government. The procedures and practices
presented in this document have been developed through broad experience, and are for
mandatory use in projects that are financed in whole or in part by the Government of the
Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations (IRR)
of Republic Act (RA) No. 9184.

The PBDs are 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: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv)the obligations,
duties, and/or functions of the winning Bidder.

Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.

Moreover, 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. 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 Projects. 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
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. 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, General Conditions of Contract, Special Conditions of Contract,
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.

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.

1
e. Modifications for specific Procurement Project details should be provided in the
Special Conditions of Contract as amendments to the Conditions of Contract.
For easy completion, whenever reference has to be made to specific clauses in
the Bid Data Sheet or Special Conditions of Contract, these terms shall be
printed in bold typeface on Sections I (Instructions to Bidders) and III (General
Conditions of Contract), respectively.

f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.

2
TABLE OF CONTENTS

Glossary of Terms, Abbreviations, and Acronyms..........................................5


Section I. Invitation to Bid .................................................................................8
Section II. Instructions to Bidders.................................................................. 11
1. Scope of Bid ............................................................................................................12
2. Funding Information ...............................................................................................12
3. Bidding Requirements .............................................................................................12
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................12
5. Eligible Bidders .......................................................................................................13
6. Origin of Associated Goods ....................................................................................13
7. Subcontracts ............................................................................................................13
8. Pre-Bid Conference .................................................................................................13
9. Clarification and Amendment of Bidding Documents............................................13
10. Documents Comprising the Bid: Eligibility and Technical Components ...............14
11. Documents Comprising the Bid: Financial Component .........................................14
12. Alternative Bids ......................................................................................................14
13. Bid Prices ................................................................................................................15
14. Bid and Payment Currencies ...................................................................................15
15. Bid Security.............................................................................................................15
16. Sealing and Marking of Bids...................................................................................15
17. Deadline for Submission of Bids ............................................................................16
18. Opening and Preliminary Examination of Bids ......................................................16
19. Detailed Evaluation and Comparison of Bids .........................................................16
20. Post Qualification ....................................................................................................16
21. Signing of the Contract ...........................................................................................16
Section III. Bid Data Sheet .............................................................................. 18
Section IV. General Conditions of Contract ................................................. 21
1. Scope of Contract ....................................................................................................22
2. Sectional Completion of Works ..............................................................................22
3. Possession of Site ....................................................................................................22
4. The Contractor’s Obligations ..................................................................................22
5. Performance Security ..............................................................................................23
6. Site Investigation Reports .......................................................................................23

3
7. Warranty..................................................................................................................23
8. Liability of the Contractor .......................................................................................23
9. Termination for Other Causes .................................................................................23
10. Dayworks ................................................................................................................24
11. Program of Work.....................................................................................................24
12. Instructions, Inspections and Audits .......................................................................24
13. Advance Payment....................................................................................................24
14. Progress Payments ..................................................................................................24
15. Operating and Maintenance Manuals......................................................................24
Section V. Special Conditions of Contract..................................................... 26
Section VI. Specifications ................................................................................ 28
Section VII. Drawings ...................................................................................... 29
Section VIII. Bill of Quantities ....................................................................... 32
Section IX. Checklist of Technical and Financial Documents ..................... 35

4
Glossary of
Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to


and in consonance with the requirements of the bidding documents. Also referred to as
Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.

Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in these
Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.


5
DTI – Department of Trade and Industry.

Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose


funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects,
irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste
management systems, shore protection, energy/power and electrification facilities, national
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described,
detailed, and scheduled in the Project Procurement Management Plan prepared by the agency
which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular
No. 06-2019 dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.


6
SLCC – Single Largest Completed Contract.

UN – United Nations.

7
Section 1. Invitation to Bid

8
Invitation to Bid
IB-2024-093-INFRA

MMDA NETWORK MIGRATION FROM THE OLD METROBASE IN


ORENSE ST., GUADALUPE NUEVO, MAKATI CITY TO THE NEW
MMDA BUILDING AT JULIA VARGAS AVENUE, PASIG CITY
1. The Metropolitan Manila Development Authority, through the Local Fund 2024 Regular
2023 Continuing intends to apply the sum of Eleven Million Nine Hundred Sixty-Six
Thousand Five Hundred and 28/100 Pesos (Php11,966,500.28) being the Approved
Budget for the Contract (ABC) to payments under the contract for MMDA Network
Migration from the Old Metrobase in Orense St., Guadalupe Nuevo, Makati City to
the New MMDA Building at Julia Vargas Avenue, Pasig City. Bids received in excess
of the ABC shall be automatically rejected at bid opening.

2. The Metropolitan Manila Development Authority now invites bids for the above
Procurement Project. Completion of the Works is required within Ninety (90) Calendar
Days. Bidders should have completed 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).

3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules
and Regulations (IRR) of Republic Act (RA) No. 9184.

4. Interested bidders may obtain further information from Metropolitan Manila


Development Authority and inspect the Bidding Documents at the address given below
from 8:00AM to 5:00PM. Order of Payment signed by BAC Secretariat Head or his
authorized representative must be secured at his office.

5. A complete set of Bidding Documents may be acquired by interested bidders on


February 7, 2024 from given address and website/s below and upon payment of the
applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the
GPPB, in the amount of Php25,000.00. The Procuring Entity shall allow the bidder to
present its proof of payment for the fees at 9th Floor, Supply and Property Division,
MMDA Bldg. Doña Julia Vargas Avenue corner Molave Street, Barangay Ugong, Pasig
City.

6. The Metropolitan Manila Development Authority will hold a Pre-Bid Conference1 on


February 15, 2024, 10:05AM at 18th Floor, General Manager’s Conference Room,
MMDA New Bldg., Doña Julia Vargas Avenue corner Molave Street, Barangay Ugong,
Pasig City and/or through video conferencing/webcasting via ZOOM, which shall be
open to prospective bidders.

9
7. Bids must be duly received by the BAC Secretariat through manual submission at the
Lobby Guard, MMDA New Bldg., Doña Julia Vargas Avenue corner Molave Street,
Barangay Ugong, Pasig City on or before February 27, 2024, 9:00AM. Late bids shall
not be accepted.

8. All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 16.

9. Bid opening shall be on February 27, 2024, 10:15AM at 18th Floor, General Manager’s
Conference Room, MMDA New Bldg., Doña Julia Vargas Avenue corner Molave Street,
Barangay Ugong, Pasig City. Bids will be opened in the presence of the bidders’
representatives who choose to attend the activity.

10. Valid PCAB License under category “C & D” and above and size range “Small B” and
above for Communication.
A) Bid Bulletin must be attached in the Bid Submission,
B) If Bidders have joint Venture agreement (JVA), bidders must submit Special PCAB
License for JVA

11. The Metropolitan Manila Development Authority reserves the right to reject any and all
bids, declare a failure of bidding, or not award the contract at any time prior to contract
award in accordance with Sections 35.6 and 41 of the 2016 revised Implementing Rules
and Regulations (IRR) of RA No. 9184, without thereby incurring any liability to the
affected bidder or bidders.

12. For further information, please refer to:

MR. MILTON T. MORCO


Head, BAC Secretariat
18th Flr., BAC Secretariat Office, MMDA New Bldg.,
Doña Julia Vargas Avenue corner Molave Street,
Barangay Ugong, Pasig City

13. You may visit the following websites:

For downloading of Bidding Documents: www.philgeps.com

ASEC. DAVID ANGELO R. VARGAS


BAC Vice Chairman

10
Section II. Instructions to Bidders

11
1. Scope of Bid
The Procuring Entity, Metropolitan Manila Development Authority invites Bids for the
MMDA Network Migration from the Old Metrobase in Orense St., Guadalupe Nuevo,
Makati City to the New MMDA Building at Julia Vargas Avenue, Pasig City, with IB-
2024-093-INFRA.

The Procurement Project (referred to herein as “Project”) is for the construction of


Works, as described in Section VI (Specifications).

2. Funding Information
2.1. The GOP through the source of funding as indicated below for Local Fund 2024
Regular 2023 Continuing in the amount of Php11,966,500.28.

2.2. The source of funding is: NGA, the General Appropriations Act or Special
Appropriations.

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184 and
its 2016 revised IRR, including its Generic Procurement Manual and associated policies,
rules and regulations as the primary source thereof, while the herein clauses shall serve
as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the site,
determined the general characteristics of the contracted Works and the conditions for
this Project, such as the location and the nature of the 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 and examine all instructions, forms, terms, and project
requirements in the Bidding Documents.

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices


The Procuring Entity, as well as the Bidders and Contractors, shall observe the highest
standard of ethics during the procurement and execution of the contract. They or
through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No. 9184
or other integrity violations in competing for the Project.

12
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current
prices using the PSA’s CPI, except under conditions provided for in Section
23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the


major categories of work stated in the BDS.

5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for this
purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of the
2016 IRR of RA No. 9184.

6. Origin of Associated Goods


There is no restriction on the origin of Goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN.

7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by the
Procuring Entity as stated herein, but in no case more than fifty percent (50%)
of the Project.

The Procuring Entity has prescribed that:


Subcontracting is not allowed.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified date
and time and either at its physical address 18th Floor, General Manager’s Conference
Room, MMDA New Bldg., Doña Julia Vargas Avenue corner Molave Street, Barangay
Ugong, Pasig City as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part of
the Bidding Documents. Such requests must be in writing and received by the Procuring
Entity, either at its given address or through electronic mail indicated in the IB, at least
ten (10) calendar days before the deadline set for the submission and receipt of Bids.

13
10. Documents Comprising the Bid: Eligibility and Technical
Components
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must be
accompanied by a translation in English, which shall be authenticated by the
appropriate Philippine foreign service establishment, post, or the equivalent
office having jurisdiction over the foreign bidder’s affairs in the Philippines. For
Contracting Parties to the Apostille Convention, only the translated documents
shall be authenticated through an apostille pursuant to GPPB Resolution No. 13-
2019 dated 23 May 2019. The English translation shall govern, for purposes of
interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid special
PCAB License, and registration for the type and cost of the contract for this
Project. Any additional type of Contractor license or permit shall be indicated in
the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project Engineers,
Materials Engineers, and Foremen) assigned to the contract to be bid, with their
complete qualification and experience data shall be provided. These key
personnel must meet the required minimum years of experience set in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.

11. Documents Comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents.

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices provided
the conditions are met under Section 31.2 of the 2016 revised IRR of RA No.
9184.

12. Alternative Bids

14
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.

13. Bid Prices


All bid prices for the given scope of work in the Project as awarded shall be considered
as fixed prices, and therefore not subject to price escalation during contract
implementation, except under extraordinary circumstances as determined by the NEDA
and approved by the GPPB pursuant to the revised Guidelines for Contract Price
Escalation guidelines.

14. Bid and Payment Currencies


14.1. Bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies shall be converted to
Philippine currency based on the exchange rate as published in the BSP reference
rate bulletin on the day of the bid opening.

14.2. Payment of the contract price shall be made in:

a. Philippine Pesos.

15. Bid Security


15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid Security
in the amount indicated in the BDS, which shall be not less than the percentage
of the ABC in accordance with the schedule in the BDS.

15.2. The Bid and bid security shall be valid until 120 Calendar Days. Any bid not
accompanied by an acceptable bid security shall be rejected by the Procuring
Entity as non-responsive.

16. Sealing and Marking of Bids


Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of the
Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic copy
of its Bid, which must be digitally signed. An electronic copy that cannot be opened or
is corrupted shall be considered non-responsive and, thus, automatically disqualified.

15
17. Deadline for Submission of Bids
The Bidders shall submit on the specified date and time and either at its physical address
or through online submission as indicated in paragraph 7 of the IB.

18. Opening and Preliminary Examination of Bids


18.1. The BAC shall open the Bids in public at the time, on the date, and at the place
specified in paragraph 9 of the IB. The Bidders’ representatives who are present
shall sign a register evidencing their attendance. In case videoconferencing,
webcasting or other similar technologies will be used, attendance of participants
shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA No.
9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation of
all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC shall
consider the conditions in the evaluation of Bids under Section 32.2 of 2016
revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as indicated
in the BDS shall be received by the same deadline and opened and evaluated
simultaneously so as to determine the Bid or combination of Bids offering the
lowest calculated cost to the Procuring Entity. Bid Security as required by ITB
Clause 15 shall be submitted for each contract (lot) separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for all
the lots participated in by the prospective Bidder.

20. Post Qualification


Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS), and other appropriate licenses and
permits required by law and stated in the BDS.

21. Signing of the Contract

16
The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184 shall
form part of the Contract. Additional Contract documents are indicated in the BDS.

17
Section III. Bid Data Sheet

18
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have
the same major categories of work, which shall be: Supply and Installation
of Fiber Communication System
7.1 Subcontracting is not allowed.

10.3 Valid PCAB License under category “C & D” and above and size range
“Small B” and above for Communication.

10.4 The key personnel must meet the required minimum years of experience set
below:
Key Personnel Relevant Experience
Project Manager at least 1 yr.

Project Engineer - Electronics at least 1 yr.

Project Engineer - Electrical at least 1 yr.

Project Engineer - Civil at least 1 yr.

Foreman at least 1 yr.

Technicians at least 1 yr.

10.5 The minimum major equipment requirements are the following:


Equipment Number of Units
Concrete Saw at least 1 unit
Generator Set at least 1 unit
Ultrasonic Testing Equipment at least 1 unit
Microtrenching Machine (Compact Size that will at least 1 unit
not cause any traffic) 1500x5100mm
One Bagger mixer at least 1 unit
Water Tank at least 1 unit
Concrete Cutter at least 1 unit
Jackhammer at least 2 units
1x175HD Air Compressor at least 1 unit
L300 Service Vehicle at least 1 unit
Fiber Blowing Machine Mini jet at least 1 unit
Fiber Splicing Tool-kit at least 2 units
Optical Time Domain Reflectometer (OTDR) at least 1 unit

19
Optical Loss Test Set (Power Meter and Light at least 1 unit
Source)
Splicing Toolkit at least 2 units
12 Not applicable

15.1 The bid security shall be in the form of a Bid Securing Declaration or any of
the following forms and amounts:
a. The amount of not less than Php 239,330.01, if bid security is in cash,
cashier’s/manager’s check, bank draft/guarantee or irrevocable letter
of credit;

b. The amount of not less than Php 598,325.01 if bid security is in Surety
Bond.

19.2 Partial Bid is not allowed. The infrastructure project is packaged in a single lot
and the lot shall not be divided into sub-lots for the purpose of bidding,
evaluation, and contract award.

20 List licenses and permits relevant to the Project and the corresponding law
requiring: Site Inspection Affidavit

21 Additional contract documents relevant to the Project that may be required by


existing laws and/or the Procuring Entity, such as construction schedule and S-
curve, manpower schedule, construction methods, equipment utilization
schedule, construction safety and health program approved by the DOLE, and
PERT/CPM other acceptable tools of project scheduling.

20
Section IV. General Conditions of Contract

21
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that can
be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable in
contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA No.
9184 allowing the GPPB to amend the IRR, which shall be applied to all procurement
activities, the advertisement, posting, or invitation of which were issued after the
effectivity of the said amendment.

2. Sectional Completion of Works


If sectional completion is specified in the Special Conditions of Contract (SCC),
references in the Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date shall apply to any Section of the Works (other than
references to the Completion Date and Intended Completion Date for the whole of the
Works).

3. Possession of Site
3.1 The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to the execution of the Works. If the Contractor suffers delay or
incurs cost from failure on the part of the Procuring Entity to give possession in
accordance with the terms of this clause, the Procuring Entity’s Representative
shall give the Contractor a Contract Time Extension and certify such sum as fair
to cover the cost incurred, which sum shall be paid by Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The resulting
adjustments in contract time to address such delay may be addressed through
contract extension provided under Annex “E” of the 2016 revised IRR of RA
No. 9184.

4. The Contractor’s Obligations


The Contractor shall employ the key personnel named in the Schedule of Key Personnel
indicating their designation, in accordance with ITB Clause 10.3 and specified in the
BDS, to carry out the supervision of the Works.

The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.

22
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
RA No. 3688 against any subcontractor be they an individual, firm, partnership,
corporation, or association supplying the Contractor with labor, materials and/or
equipment for the performance of this Contract.

6. Site Investigation Reports


The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
referred to in the SCC supplemented by any information obtained by the Contractor.

7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings, and
perpetually disqualify it from participating in any public bidding. All payables
of the GOP in his favor shall be offset to recover the costs.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on


force majeure, shall cover the period from the date of issuance of the Certificate
of Final Acceptance by the Procuring Entity. Specific duration of the warranty
is found in the SCC.

8. Liability of the Contractor


Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

9. Termination for Other Causes


Contract termination shall be initiated in case it is determined prima facie by the
Procuring Entity that the Contractor has engaged, before, or during the implementation
of the contract, in unlawful deeds and behaviors relative to contract acquisition and
implementation, such as, but not limited to corrupt, fraudulent, collusive, coercive, and
obstructive practices as stated in ITB Clause 4.

23
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.

11. Program of Work


11.1. The Contractor shall submit to the Procuring Entity’s Representative for
approval the said Program of Work showing the general methods, arrangements,
order, and timing for all the activities in the Works. The submissions of the
Program of Work are indicated in the SCC.

11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold
the amount stated in the SCC from the next payment certificate and continue to
withhold this amount until the next payment after the date on which the overdue
Program of Work has been submitted.

12. Instructions, Inspections and Audits


The Contractor shall permit the GOP or the Procuring Entity to inspect the Contractor’s
accounts and records relating to the performance of the Contractor and to have them
audited by auditors of the GOP or the Procuring Entity, as may be required.

13. Advance Payment


The Procuring Entity shall, upon a written request of the Contractor which shall be
submitted as a Contract document, make an advance payment to the Contractor in an
amount not exceeding fifteen percent (15%) of the total contract price, to be made in
lump sum, or at the most two installments according to a schedule specified in the SCC,
subject to the requirements in Annex “E” of the 2016 revised IRR of RA No. 9184.

14. Progress Payments


The Contractor may submit a request for payment for Work accomplished. Such
requests for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except as otherwise stipulated in the SCC, materials
and equipment delivered on the site but not completely put in place shall not be included
for payment.

15. Operating and Maintenance Manuals


15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.
24
15.2. If the Contractor does not provide the Drawings and/or manuals by the dates
stated above, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount stated
in the SCC from payments due to the Contractor.

25
Section V. Special Conditions of Contract

26
Special Conditions of Contract
GCC Clause
2 The Intended Completion Date is Ninety (90) calendar days upon receipt
of Notice to Proceed

4.1 No Further Instruction

6 No Further Instruction

7.2 Five (5) years.

10 Dayworks are applicable at the rate shown in the Contractor’s original


Bid.

11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within ten (10) days of delivery of the Notice of
Award.

11.2 The amount to be withheld for late submission of an updated Program of


Work is one percent 1% of progress billing.

13 The amount of the advance payment is 15% of the total contract price

14 Materials and equipment delivered on the site but not completely put in
place shall be included for payment.

15.1 The date by which “as built” drawings are required is thirty (30) calendar
days from completion of the project.

15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is Thirty
Thousand Pesos (P30,000).

27
Section VI. Specifications

28
Specifications
FIBER OPTIC CABLE
 Complies with ITU-T (G.652D) standard
 Central Strength Member (CSM): glass fiber reinforced plastic rod (FRP)
 Stranding: loose tubes (and filters), SZ stranded around the CSM
 Longitudinal Water Blocking: water blocking binder and water
 Rip cord: rip cord under sheath
 Outer Sheath: Black HDPE
 Application: Long haul and building network communication

OPTICAL DISTRIBUTION FRAME


 Insulation Resistance (between frame and grounding): 1000MΩ /
500V(DC)
 Withstand voltage (between frame and protection grounding):
3000V(DC)/min, no spark-over and no flashover Operating Temperature : -
40oC to +60oC

OPTICAL CLOSURE

Working Temperature -25~+60°C


Humidity 93%(+30°C)
Dimension (mm) Φ240*500
Max. Capacity (Cores) 144
Cable Diameter Φ8-Φ23mm
Cables Entry & Exit 6 round shaped ports
Storage Temperature -40~+70°C
Air Pressure 70KPa~106KPa
Weight (kg) 3.8
Material ABS (ROHS standard)
Max. Capacity of splice trays 6
Curvature Radius (mm) ≥30
Protective Level IP68

29
ACTIVE COMPONENTS
Must be composed of the following:
 48-Port Optical Switch including license
 28-Port Optical Switch including license
 750W PSU
 25GB SFP 70m
 lG SFP 100m

The Switch should be a next-generation energy-saving gigabit Layer


2 Ethernet switch that provides flexible access ports and extensive
services.

Innovative Energy Saving


The Switch should offer customers extensive selection of energy-
saving with standard mode, basic mode and advanced mode that
accommodates most needs. By matching port link down/up,
optical-module in-place/out of place, port shut down/undo
shutdown, idle period, busy period to increase the proportion of the
dynamic energy-saving to reduce the power consumption.
It should reduce energy consumption without compromising system
performance, ensuring good user experience and adopts multiple
cutting-edge energy-saving designs, including Energy Efficient
Ethernet (EEE), port energy detection, dynamic CPU frequency
adjustment, and device sleeping.

Comprehensive reliability mechanisms


The Switch should support enhanced Ethernet reliability
technologies, such as Smart Link and RRPP (Rapid Ring Protection
Protocol), which implement millisecond-level protection switchover
and ensure network reliability, and should also provide Smart Link
multi-instance and RRPP multi-instance to implement load
balancing among links, optimizing bandwidth usage.

It should also support the Smart Ethernet Protection (SEP) protocol,


a ring network protocol applied to the link layer on an Ethernet
network. SEP can be used on open ring networks and can be
deployed on upper-layer aggregation devices to provide fast
switchover (within 50 ms), ensuring continuous transmission of
services. SEP features simplicity, high reliability, fast switchover,
easy maintenance, and flexible topology, facilitating network
planning and management.

Maintenance-free design and manageability


The Switch should support automatic configuration, plug-and-play
features, and batch remote upgrades. These capabilities simplify
device management and maintenance and reduce maintenance costs.

30
Section VII. Drawings

31
Section VIII. Bill of Quantities

32
Bill of Quantities

UNIT
No. DESCRIPTION UNIT QUANTITY AMOUNT
AMOUNT

1. Materials and Supplies


Fiber Optic Cable, 144 Core
1.1 meter 1,730.00
(#1C-#144C), mini-FOC Single Mode
1.2 Optical Closure (144F Closure) set 2.00

1.3 Fiber Sleeve pc 432.00

1.4 1-Way Microduct meter 1,273.00

1.5 Loop Holder pc 5.00

144C 19" ODF SC/UPC, SM with


1.6 pc 1.00
pigtails and sleeves
Patch Cord and Tagging (Patch Cord
1.7 pc 24.00
SC/UPC-LC/UPC 3M)
28-Port Optical Switch including
1.8 pc 1.00
license
Virtual Services Platform High-
1.9 pc 1.00
performance Ethernet Switch
48 x 10/25Gbps SFP28 ports, 8 x
100Gbps QSFP28 ports,
8-core CPU, 16GB RAM, 128GB SSD,
Single 750W AC
PSU, six fans, 4-post rack mount kit,
Front to Back Airflow
1.10 750W PSU pc 1.00
1.11 Power Cord pc 2.00
1.12 25GB SFP 70m pc 4.00
1.13 lG SFP 100m pc 2.00

1.14 Fiber Patch Cord LC-LC 5m pc 5.00

2. Installation Works
Laying and installation of Fiber Optic
2.1 meter 1,730.00
Cable & Accessories

33
2.2 Installation of Optical Closures set 2.00

2.3 Fiber Splicing pc 432.00


2.4 Installation of Microduct meter 1,273.00
2.5 Installation of Loop Holder set 5.00
Installation of 144C ODF including
2.6 pc 1.00
Accessories
Installation of Patch Cord and
2.7 pc 24.00
Tagging

3. Services

License Pack 48-Port Ethernet Switch year 1.00


3.1
(EW NBD AHR H35313)

Premier Feature License for the 48-


3.2 year 1.00
port Ethernet Switch

Ethernet Switch Cloud Subscription


3.3 (ExtremeWorks Extreme Cloud IQ year 1.00
Pilot SaaS)

Configuration, Testing and


3.4 lot 1.00
Commissioning

34
Section IX. Checklist of Technical and Financial
Documents

35
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its equivalent
document;
and
⬜ (c) Mayor’s or 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;
and
⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).

Technical Documents
⬜ (f) Statement of the prospective bidder of all its ongoing 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; and
⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided under the rules;
and
⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(j) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key 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;
⬜ c. 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 may be; and

36
⬜ (k) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents
⬜ (l) The prospective bidder’s audited financial statements, showing, among others,
the prospective bidder’s 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
from the date of bid submission; and
⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).

Class “B” Documents


⬜ (n) If applicable, duly signed joint venture agreement (JVA) in accordance with
RA No. 4566 and its IRR in case the joint venture is already in existence;
or
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
that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE


⬜ (o) Original of duly signed and accomplished Financial Bid Form; and

Other documentary requirements under RA No. 9184


⬜ (p) Original of duly signed Bid Prices in the Bill of Quantities; and
⬜ (q) Duly accomplished Detailed Estimates Form, including a summary sheet
indicating the unit prices of construction materials, labor rates, and equipment
rentals used in coming up with the Bid; and
⬜ (r) Cash Flow by Quarter.

37
38
39
40
41
42
43

You might also like