· pdf filesection i. invitation to bid republic of the philippines philippine rural...
TRANSCRIPT
APPENDIX C PHILIPPINE BIDDING DOCUMENTS
(As Harmonized with Development Partners) in accordance with
GPPB Resolution No. 06-2010 dated December 17, 2010
Rehabilitation of Alcala East Farm-to-Market Road with Bridges
Province of Cagayan
August 25, 2015
2
TABLE OF CONTENTS SECTION I. INVITATION TO BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3
SECTION II. INSTRUCTIONS TO BIDDERS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6
SECTION III. BID DATA SHEET . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 33
SECTION IV. GENERAL CONDITIONS OF CONTRACT .. . . . . . . . . . . . . . . . . . 39
SECTION V. SPECIAL CONDITIONS OF CONTRACT .. . . . . . . . . . . . . . . . . . . . . 71
SECTION VI. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 73
SECTION VII. DRAWINGS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 335
SECTION VIII. BILL OF QUANTITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 336
SECTION IX. BIDDING FORMS .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 340
Section I. Invitation to Bid
Republic of the Philippines Philippine Rural Development Project
Invitation to Bid for the Rehabilitation of Alcala East Farm to Market Road with Bridges
Identification No.PRDP-IB-R002-CAG-003-000-000-2014
August 25, 2015
1. The Government of the Philippines (GoP) has received a Loan from the World Bank towards the cost of Philippine Rural Development Project and it intends to apply part of the proceeds of this Loan to payments under the contract for the Rehabilitation of Alcala East Farm to Market Road with Bridges/ ID No.PRDP-IB-R002-CAG-003-000-000-2014
2. The Province of Cagayan, implementing partner of the Department of Agriculture, now invites bids for the Rehabilitation ofAlcala East Farm to Market Road with Bridges. Completion of the Works is required by 210 calendar days for FMR with Two Bridges (Package I) and 240 calendar days for FMR with Three Bridges (Package II). Bidders should have completed, within five (5) years, 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 in accordance with relevant procedures for open competitive bidding as specified in the IRR of RA 9184 (R.A. 9184), with some amendments, as stated in these bidding documents and is open to all bidders from eligible source countries as defined in the applicable procurement guidelines of the World Bank. The contract shall be awarded to the Lowest Calculated Responsive Bidder (LCRB) who was determined as such during post-qualification. The Estimated Project Cost for this project is shown below:
Package Description EPC
I Rehabilitation of Alcala East FMR with Two
Bridges ( Segment I, 2.223km) Php 56,236,000.00
II Rehabilitation of Alcala East Dalaoig, Pusian & San Esteban FMR with Three Bridges(Segment
II,III & IV ,total 10.875km) Php 143,788,000.00
4. Interested bidders may obtain further information from the Bids and Awards Committee of the Province of Cagayan and inspect the Bidding Documents at the address given below from 8:00am to 5:00pm, Mondays to Fridays.
5. A complete set of Bidding Documents may be purchased by interested Bidders from August 25, 2015 September 24, 2015 from the address below and upon payment of a non-refundable fee for the bidding documents in the amount of Five Thousand Pesos (PhP5,000.00).
It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and the PRDP website (http://www.daprdp.net) provided that bidders shall pay the non-refundable fee for the Bidding Documents not later than the submission of their bids.
As part of the transparency measures being instituted by the Department of Agriculture (DA) the bidders can virtually visit the site of the above-described subproject at http://www.daprdp.net(or http://www.damrdp.net in the interim until the PRDP website becomes fully operational)where geotagged base photographs on 50 meter interval and track are viewable. The DA, however, requires that all potential contractors who will be awarded contract under the project shall have undergone geotagging training provided by the MRDP2 / PRDP Project Support Office.
6. The Province of Cagayanwill hold a Pre-Bid Conference on September 11, 2015 at 10:00AM at the BAC Conference Room, 2nd Floor GSO Building, Capitol Hills, Tuguegarao City, which shall be open to all interested parties.
7. Bids must be delivered on or before September 25, 2015 at 10:00AM at the BAC Conference Room, 2nd Floor GSO Building, Capitol Hills, Tuguegarao City. Opening of bids shall be at the BAC Conference Room, 2nd Floor GSO Building, Capitol Hills, Tuguegarao City. All bids must be accompanied by a bid security in the amount specified below and in the form of Bank Guarantee issued by a commercial Bank.
Package Description Bid Security
I Rehabilitation of Alcala East FMR with Two
Bridges ( Segment I, 2.223km) Php 1,125,000.00
II Rehabilitation of Alcala East Dalaoig, Pusian & San Esteban FMR with Three Bridges(Segment
II,III & IV ,total 10.875km) Php 2,876,000.00
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.
8. The Provincial Government of Cagayan 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.
9. For further information, please refer to:
EDNA T. JUNIO Chairman, Bids & Awards Committee Province of Cagayan
Signature of the BAC Chairman or Authorized Representative of the BAC Chairman
6
Section II. Instructions to Bidders
TABLE OF CONTENTS
A. GENERAL ....................................................................................................... 8 1. Scope of Bid ............................................................................................................. 8
2. Source of Funds ........................................................................................................ 8 3. Corrupt, Fraudulent, Collusive, and Coercive Practices .......................................... 8
4. Conflict of Interest ................................................................................................. 10 5. Eligible Bidders ...................................................................................................... 11
6. Bidders Responsibilities ....................................................................................... 12 7. Origin of GOODS and Services ............................................................................. 14
8. Subcontracts ........................................................................................................... 14
B. CONTENTS OF BIDDING DOCUMENTS ......................................................... 15 9. Pre-Bid Conference ................................................................................................ 15
10. Clarification and Amendment of Bidding Documents ........................................... 15
C. PREPARATION OF BIDS ................................................................................ 16 11. Language of Bids ................................................................................................... 16
12. Documents Comprising the Bid: Eligibility and Technical Components .............. 16 13. Documents Comprising the Bid: Financial Component ........................................ 18
14. Alternative Bids ..................................................................................................... 19 15. Bid Prices ............................................................................................................... 19
16. Bid Currencies ........................................................................................................ 20 17. Bid Validity ............................................................................................................ 20
18. Bid Security ............................................................................................................ 20 19. Format and Signing of Bids ................................................................................... 22
20. Sealing and Marking of Bids .................................................................................. 23
D. SUBMISSION AND OPENING OF BIDS ............................................................ 24 21. Deadline for Submission of Bids ........................................................................... 24
22. Late Bids ................................................................................................................ 24 23. Modification and Withdrawal of Bids .................................................................... 24
24. Opening and Preliminary Examination of Bids ..................................................... 25