33
Page 1 Republic of the Philippines Department of Justice BUREAU OF CORRECTIONS City of Muntinlupa NOTICE FOR NEGOTIATED PROCUREMENT PROJECT TITLE SUPPLY OF LABOR & MATERIALS FOR THE REPAIR OF BAHAY NI LOLA AT CIW NEGOTIATED PROCUREMENT TWO FAILED BIDDING APPROVED BUDGET OF THE CONTRACT P 1,499,024.34 Name of Company: ___________________________________________ Address: ___________________________________________________ Business Permit No.:________________________ TIN No.: _________________________________________ Terms and Conditions a.) Bidders shall provide correct and accurate information required in this form. b.) Price quotation/s must be valid for a period of One Hundred Twenty (120) calendar days from the date of submission. c.) Price quotation/s, to be denominated in Philippine peso shall include all taxes, duties and/or levies payable. d.) Quotations exceeding the Approved Budget for the Contract shall be rejected. e.) Award of contract shall be made to the lowest quotation (for goods and infrastructure) or, the highest rated offer (for consulting services) which complies with the minimum technical specifications and other terms and conditions stated herein. f.) Any alterations, erasures or overwriting shall be valid only if they are signed or initialed by you or any of your duly authorized representative/s. g.) Completion of Work shall be done within one hundred twenty (120) calendar days from receipt of approved Contract Agreement/Notice to Proceed. h.) The BuCor shall have the right to inspect and/or to test the goods to confirm their conformity to the technical specifications. i.) Liquidated damages equivalent to one tenth of one percent (0.001%) of the value of the goods not delivered within the prescribed delivery period shall be imposed per day of delay. The BuCor shall rescind the contract once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of the contract, without prejudice to other courses of action and remedies open to it. j.) Bidders shall submit other LEGAL, TECHNICAL AND FINANCIAL documents as maybe required by the BAC once declared the LOWEST CALCULATED QUOTATION (LCQ) for purposes of Post-Qualifications Criteria k.) Late submission of RFQ shall not be accepted. BIDDERS STATEMENT OF COMPLIANCE TO TERMS & CONDITIONS: ______________________________________________________ Signature over Printed Name of Authorized Representative

Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Embed Size (px)

Citation preview

Page 1: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 1

Republic of the Philippines Department of Justice

BUREAU OF CORRECTIONS City of Muntinlupa

NOTICE FOR NEGOTIATED PROCUREMENT

PROJECT TITLE SUPPLY OF LABOR & MATERIALS FOR THE REPAIR OF BAHAY NI

LOLA AT CIW NEGOTIATED PROCUREMENT – TWO FAILED BIDDING APPROVED BUDGET OF THE CONTRACT P 1,499,024.34 Name of Company: ___________________________________________ Address: ___________________________________________________ Business Permit No.:________________________ TIN No.: _________________________________________

Terms and Conditions a.) Bidders shall provide correct and accurate information required in this form. b.) Price quotation/s must be valid for a period of One Hundred Twenty (120)

calendar days from the date of submission. c.) Price quotation/s, to be denominated in Philippine peso shall include all taxes,

duties and/or levies payable. d.) Quotations exceeding the Approved Budget for the Contract shall be rejected. e.) Award of contract shall be made to the lowest quotation (for goods and

infrastructure) or, the highest rated offer (for consulting services) which complies with the minimum technical specifications and other terms and conditions stated herein.

f.) Any alterations, erasures or overwriting shall be valid only if they are signed or initialed by you or any of your duly authorized representative/s.

g.) Completion of Work shall be done within one hundred twenty (120) calendar days from receipt of approved Contract Agreement/Notice to

Proceed. h.) The BuCor shall have the right to inspect and/or to test the goods to confirm

their conformity to the technical specifications. i.) Liquidated damages equivalent to one tenth of one percent (0.001%) of the

value of the goods not delivered within the prescribed delivery period shall be imposed per day of delay. The BuCor shall rescind the contract once the cumulative amount of liquidated damages reaches ten percent (10%) of the amount of the contract, without prejudice to other courses of action and remedies open to it.

j.) Bidders shall submit other LEGAL, TECHNICAL AND FINANCIAL documents as maybe required by the BAC once declared the LOWEST CALCULATED QUOTATION (LCQ) for purposes of Post-Qualifications Criteria

k.) Late submission of RFQ shall not be accepted.

BIDDERS STATEMENT OF COMPLIANCE TO TERMS & CONDITIONS:

______________________________________________________

Signature over Printed Name of Authorized Representative

Page 2: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 2

DOCUMENTS REQUIRED TO BE SUBMITTED:

Class “A’ Documents

a.) Legal Documents a.1) Certified True Copy of valid & current DTI/SEC Registration a.2) Certified True Copy of valid & current Mayor’s Permit/Business Permit a.3) Certified True Copy of Valid & Current Tax Clearance; b.) Technical Documents b.1) 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 (ANNEX “I”); Statement of the prospective bidder of its completed government and private contract within ten (10) years from 2006 -2016 per (ANNEX I-A) (only one completed contract for each year ) ONLY IF APPLICABLE

b.2) Statement identifying the bidder’s single largest completed contract similar to contract to be bid (ANNEX “II”)

Certified True Copy of Certificate of Performance Evaluation which must have a satisfactory rating (ANNEX II-A);

Certified True copy of Owners Certificate of Acceptance; or Certified True copy of Certificate of Completion

b.3) Certified True copy of Valid and Current PCAB License minimum license Category C The PCAB license must indicate PCAB registered contractor for Government Projects; b.4) Project Requirements being bid, which shall include the following:

b.4.a) Organizational chart for the contract to be bid; b.4.b) List of contractor’s personnel (viz, project Manager, Project Engineer, Materials Engineer, and Foreman), to be assigned to the contract to be bid, with their complete qualification and experience data ( Annex III) and Company Profile or Company Brochure ( Annex IV) b.4.c) List of contractor’s 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.

b.4.d) Construction Methods b.4.e) Construction Schedule (in Gantt Chart or any format) and S-Curve

b.4.f) Manpower Schedule (in Gantt chart or any format) b.4.g) Equipment Utilization Schedule (in Gantt Chart or any format) b.4.h) PERT/CPM

b.4.i) Scope of Work (Annex V) b.4.i) Drawings (Annex VI)

b.5) Notarized Affidavit of Site Inspection duly signed by the bidder ( Annex VII). c.) Financial Documents c.1.) Certified true copy of Audited Financial statements for 2015, which must include the following and stamped received by the Bureau of Internal Revenue a.) Independent Auditor’s Report b.) Balance Sheet (Statement of Financial Position) c.) Income Statement (Statement of comprehensive Income) d.) Notes to Financial Statement e.) Cash Flow c.2) The prospective bidder’s computation for its Net Financial Contracting Capacity (ANNEX “VIII”) c.3) Latest Annual Tax Return must be attached to the NFCC computation that was filed thru Electronic Filing and Payment Systems (EFPS) and must be duly validated with the tax payments made thereon for the preceding Tax Year be it on a calendar of fiscal year income per Revenue Regulations 3-2005.

BIDDERS STATEMENT OF COMPLIANCE ON THE REQUIRED DOCUMENTS:

______________________________________________________ Signature over Printed Name of Authorized Representative

Page 3: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 3

Class “B” Documents

If applicable, the JVA in case of 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. (ANNEX “IX”)

i.) In case the joint venture is not yet in existence, the

submission of a valid JVA shall be within ten (10) calendar days from receipt by the bidder of the notice from the BAC that the bidder is the Lowest Calculated and Responsive Bid (Sec. 37.1.4 (a)(i)

ii) Each partner of a joint venture agreement shall likewise

submit the above stated legal documents. Submission of Technical Documents and Financial Documents by any of the joint venture partners constitutes compliance.

Certified True Copy of valid and current PhilGeps Registration Duly Notarized Omnibus Sworn Statement in accordance with

Section 25.2(a)(iv) of the IRR of RA 9184 and using the form attached hereto as ANNEX “X”

Certified true copy of Proof of Authority of the designated

representative/s for purposes of this procurement. Duly notarized Special Power of Attorney – For sole

proprietorship if owner opts to designate a representative/s

Duly notarized Secretary’s Certificate evidencing the authority of the designated representative/s, issued by the corporation, cooperative or the members of the joint venture.

Each and every page of the SPECIAL CONDITIONS OF THE

CONTRACT shall be initialled by the authorized representative of the bidder and shall form part of the Eligibility Requirement ANNEX “XI”

BIDDERS STATEMENT OF COMPLIANCE ON THE REQUIRED DOCUMENTS:

______________________________________________________ Signature over Printed Name of Authorized Representative

Page 4: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 4

GENERAL INSTRUCTIONS: a.) Each Bidder shall submit the following in one (1) big envelope duly labeled containing two sets of envelopes: First envelope must contain four (4) copies of Legal, Technical,

Financial and duly conformed Technical Bid Form Documents (Annex XII) duly marked as “1st Copy”, 2nd Copy”, “3rd Copy “and 4th Copy” Second envelope must contain four (4) copies of Financial Bid Documents (Annex XIII) and Bill of Quantities (Annex XIV) duly marked as “1st Copy”, 2nd Copy”, “3rd Copy” and 4th Copy” b.) Pre-Submission shall be on Aug. 30, 2016 at 9:00 AM at the BAC/Secretariat Office c.) Submission and Opening of Sealed RFQ shall be on Sept. 2, 2016 at 10:00 AM same venue d.) Late Submission of RFQ shall not be accepted

BIDDERS STATEMENT OF COMPLIANCE ON THE GENERAL INSTRUCTIONS:

______________________________________________________

Signature over Printed Name of Authorized Representative

_SUPT. ROBERTO R. RABO OIC, Supply Office

Page 5: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 5

ANNEX “I”

(BIDDER’S COMPANY LETTERHEAD)

Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated

Procurement – Two Failed Bidding Approved Budget for the Contract (ABC) P 1,499,024.34

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)

NAME OF

THE

CONTRACT (iii.1)

CONTRACT

DURATION

AND NATURE

OF WORK

(iii.2)

OWNER’S

NAME

AND ADDRESS

(iii.3)

CONTRACTOR’S

ROLE (whether

sole contractor, subcontractor, or

partner in a JV and

percentage of

participation)

(iii.4)

TOTAL

CONTRCAT

VALUE AT AWARD

(iii.5)

DATE OF

COMPLETION

OR ESTIMATED

COMPLETION

TIME

(iii.6)

DATE OF

CONTRACT

OR NOTICE TO

PROCEED

(iii.7)

CERTIFIED CORRECT:

_________________________________

Name & Signature of Authorized Representative ________________________

Position

___________________

Date

Page 6: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 6

ANNEX “I-A”

(BIDDER’S COMPANY LETTERHEAD)

Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated Procurement – Two Failed Bidding

Approved Budget for the Contract (ABC) P 1,499,024.34

Statement of the prospective bidder of all its completed government and private contracts within ten (10) years from 2006-2016 (one completed project for each year) ONLY IF APPLICABLE

NAME OF

THE

CONTRACT

(iv.1)

CONTRACT

DURATION

AND

NATURE OF WORK

(iv.2)

OWNER’S

NAME AND

ADDRESS

(iv.3)

CONTRACTOR’S

ROLE (whether

sole contractor,

or partner in a JV and percentage of

participation)

(iv.4)

TOTAL

CONTRCAT

VALUE AT

COMPLETION (Iv.5)

DATE OF

COMPLETION

(iv.6)

TOTAL CONTRACT

VALUE AT

COMPLETION (iv.7)

PERCENTAGES OF

PLANNED &

ACTUAL

ACCOMPLISHS

(iv.8)

DATE OF NOTICE OF

AWARD OR NOTICE

TO PROCEED (iv.9)

DATE OF OWNER’S

CERTIFICATE OF

ACCEPTANCE OR OFFICIAL

RECEIPT

(iv.10)

CERTIFIED CORRECT:

_________________________________

Name & Signature of Authorized Representative

________________________

Position

___________________

Date

Page 7: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 7

ANNEX “II”

(BIDDER’S COMPANY LETTERHEAD)

Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated

Procurement – Two Failed Bidding Approved Budget for the Contract (ABC) P 1,499,024.34

Statement identifying the bidder’s single largest completed contract similar to the contract to be bid prior to the deadline for submission and receipt of bids equivalent to at least fifty percent (50%) of the ABC; at least two (2) similar contracts and the aggregate amount of which should be equivalent to at least fifty percent (50%) of the ABC.

NAME OF

THE

CONTRACT

(iv.1)

CONTRACT

DURATION

AND

NATURE OF

WORK

(iv.2)

OWNER’S

NAME AND

ADDRESS

(iv.3)

CONTRACTOR’S

ROLE (whether

sole contractor,

or partner in a JV

and percentage of

participation)

(iv.4)

TOTAL

CONTRCAT

VALUE AT

COMPLETION

(Iv.5)

DATE OF

COMPLETION

(iv.6)

TOTAL CONTRACT VALUE AT

COMPLETION (iv.7)

PERCENTAGES OF PLANNED &

ACTUAL

ACCOMPLISHS

(iv.8)

DATE OF NOTICE OF AWARD OR NOTICE

TO PROCEED (iv.9)

DATE OF OWNER’S CERTIFICATE OF

ACCEPTANCE OR OFFICIAL

RECEIPT

(iv.10)

For purposes of this project, similar contracts shall refer to contracts involving building construction.

Certified true copy of the following documents must be attached to this statement:

Certified True Copy of Certificate of Performance Evaluation which must have a satisfactory rating (ANNEX II-A);

Certified True copy of Owners Certificate of Acceptance; or Certified True copy of Certificate of Completion

CERTIFIED CORRECT:

_________________________________

Name & Signature of Authorized Representative

________________________

Position

___________________

Date

Page 8: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 8

ANNEX “II-A”

(BIDDER’S CLIENT’S LETTERHEAD) CERTIFICATE OF PERFORMANCE EVALUATION

• Bidder’s Completed Single Largest Contract Client per submitted Annex II:

This is to certify that (NAME OF BIDDER) has contracted and performed with our company/agency the (NAME OF CONTRACT/WORKS) Based on our evaluation, we give (NAME OF BIDDER) , a rating of;

EXCELLENT

VERY SATISFACTORY

SATISFACTORY

POOR

Level of performance throughout the term of the contract based on the following performance criteria • Quality of service delivered; • Time management • Management and suitability of personnel • Contract administration and management; and • Provision of regular progress reports

This Certification shall form part of the Technical Documentary Requirements in line with (Name of Bidder)

participation in Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW (Negotiated Procurement –

Two Failed Bidding).

Issued this _______ day of ________20__, in _________________, Philippines _____________________ _________________________ Name of Company (Bidder’s Client) Full Name of Authorized Representative _____________________ _________________________ Address Signature of Authorized Representative _____________________ _________________________ Tel. No ./Fax E-mail Address

Page 9: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 9

ANNEX”III” (Page 1 of 2)

BIO – DATA

PERSONAL DATA Name : __________________________________________________________ Date of Birth : ___________________________________________________________ Nationality : ___________________________________________________________ Marital Status : ___________________________________________________________ Permanent Address : ___________________________________________________________ EDUCATIONAL QUALIFICATIONS

EDUCATION SCHOOL/INSTITUTION INCLUSIVE DATES

Primary

Secondary

Tertiary

Post Grad.

PROFESSIONAL QUALIFICATIONS Membership in Professional Institutions:

NAME OF INSTITUTION ADDRESS

Work Experiences (Listed in descending chronological order) Present/Most Recent Assignment :

INCLUSIVES DATES COMPANY POSITION/DESIGNATION BRIEF DESCRIPTION OF DUTIES AND

RESPONSIBILITIES

Page 10: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 10

ANNEX” III”

(Page 2 of 2)

INCLUSIVES DATES COMPANY POSITION/DESIGNATION BRIEF DESCRIPTION OF DUTIES AND

RESPONSIBILITIES

Note:

For Licensed Engineers, please attach certified true copy of valid and current copy of PRC license.

CERTIFIED TRUEAND CORRECT:

____________________ (NAME AND SIGNATURE)

Page 11: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 11

ANNEX “IV” (BIDDER’S COMPANY LETTERHEAD)

COMPANY PROFILE

COMPANY NAME : _______________________________________

ADDRESS : _______________________________________

HEAD OFFICE : _______________________________________

BRANCH : _______________________________________

FAX/ NUMBER/S : _______________________________________

HEAD OFFICE : _______________________________________

BRANCH : _______________________________________

E-mail Address : _______________________________________

NUMBER OF YEARS IN BUSINESS : _______________________________________

NUMBER OF EMPLOYEES : _______________________________________

LIST OF MAJOR STOCKHOLDERS : _______________________________________

LIST OF BOARD OF DIRECTORS : _______________________________________

LIST OF KEY PESONNEL (NAME, :

SIGNATURE & DESIGNATION) AS ________________________________________

AUTHORIZED CONTACT PERSONS ________________________________________

FOR THE PROJECT

At least THREE (3) ________________________________________

CERTIFIED CORRECT:

Name & Signature of Authorized Representative

Position

Date

Page 12: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 12

ANNEX “V” Scope of work

PROJECT: Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated Procurement – Two Failed Bidding

LOCATION: CORRECTIONAL INSTITUTION FOR WOMEN MANDALUYONG CITY

SCOPE OF WORK: 1. Clearing of site excavation of columns and footing

2. Installation of 3” G.I. Pipe sch. 40. Post on top of pedestal

3. Installation of 4” CHB for wallings.

4. Installation of 4 unit Bolton Bowl for comfort room w/8” x 8”

floor tiles and wall tiles w/built-in lavatory.

5. Installation of steel truss and .05 thick Long Span Color Roof.

6. Construction of 2 x 5 Septic Tank

7. Installation of Water Lines.

8. Installation of Electrical Lines.

CONFORME: ________________________

Name of firm

___________________________ Signature of authorize representative

___________________________

Date

Page 13: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 13

ANNEX “VI”

CONFORME: ________________________

Name of firm ___________________________

Signature of authorize representative ___________________________

Date

Page 14: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 14

CONFORME: ________________________

Name of firm ___________________________

Signature of authorize representative ___________________________

Date

Page 15: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 15

CONFORME: ________________________

Name of firm ___________________________

Signature of authorize representative ___________________________

Date

Page 16: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 16

ANNEX “VII”

Republic of the Philippines ) City/Municipality of __________) S.S.

AFFIDAVIT OF SITE INSPECTION

I ___________________________________,of legal age. Filipino and residing at __________________________, under oath, hereby depose and say:

1) That I am the, _____________position/designation______of the name of company________________ with office at address of the bidder/company_____.

That I have inspected the site for the Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW.

located at _________________on date of inspection .

2) That I have received the pertinent plans/drawings for the aforesaid project;

3) That I am making this Statement as part of the requirements for the Technical Proposal of the name of bidder/company_____________________, for the Supply Of Labor & Materials For The Repair Of

Bahay Ni Lola At CIW Negotiated Procurement – Two Failed Bidding. IN WITNESS WHEREOF, I hereby affix my signature this ____ day of _________,20__at _______, Philippines. _______________

AFFIANT SUBSCRIBED AND SWORN TO BEFORE ME, this _______day of _________,20__in the City of _________. Affiant exhibiting to me his/her Competent Evidence of Identity (as defined by the 2004 Rules on Notarial Practice ) _______________, issued on ________________ at _________________. NOTARY PUBLIC Doc No. ______

Page No. ______

Book No. ______ Series of ______

NOTE: PLEASE BE INFORMED THAT THE NOTARY PUBLIC, WHERE THE DOCUMENTS WILL BE NOTARIZED, SHOULD BE WITHIN THE AREA OF BUSINESS AND THE NOTARIAL LICENSE SHOULD NOT BE EXPIRED.

Page 17: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 17

ANNEX ” VIII”

(BIDDER’S COMPANY LETTERHEAD)

Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated Procurement – Two Failed

Bidding

Approved Budget for the Contract (ABC) P 1,499,024.34

CERTIFIED OF NET FINANCIAL CONTRACTING CAPACITY (Please show figures at how you arrived at the NFCC)

NFCC = (CA-CL) (K) – C Where:

CA = Current Assets

CL = Current Liabilities

K = 10 for a contract duration of one year or less,

15 for a contract duration of more than one year up to two

Years and 20 for a contract duration of more than two years

C = value of all outstanding or uncompleted portions of the Projects under going contracts, including awarded contracts

Yet to be started coinciding with the contract for this Project

NOTE:

“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).”, which shall be the basis of a domestic bidder’s Current Assets and Current Liabilities, refers to the Annual Income Tax Return and the accompanying Audited Financial Statements filed through the EFPS (GPPB Resolution No. 11-2014).

Latest Annual Tax Return must be attached to the NFCC computation that was filed thru Electron Filing and Payment Systems (EFPS) and must be duly validated with the tax payments made thereon for the preceding Tax Year be it on a calendar of fiscal year income per Revenue Regulations 3-2005. Issued this _________________day of ________________, 20____16

_______________________________________________

Name & Signature of Authorized Representative

____________________

Position

_______________

Date

Page 18: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 18

ANNEX”IX” (Page 1 of 2)

(BIDDER’S COMPANY LETTERHEAD)

Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated Procurement – Two Failed

Bidding

Approved Budget for the Contract (ABC) P 1,499,024.34

PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE

This PROTOCOL/UNDERTAKING OF AGREEMENT TO ENTER INTO JOINT VENTURE, executed by:

……………………..a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices located at………………………………,……………………………………………..,represented herein by its………………………….,……………………………………….., hereinafter referred to as “………………………………………..”.

-and-

……………………. a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices located at………………………………,………………………………………………………………., represented herein by its ……………………………,………………………………………………………………………………………………………., hereinafter referred to as “…………………………………………………………………………………………………………............................;

-and-

………………………………………..a sole proprietorship/partnership/corporation duly organized and existing under and by virtue of the laws of the Philippines, with offices located at……………………………………….,……………………………………………, represented herein by its ………………………………….,……………………………………………………………………………………………………., hereinafter referred to as “…………………………………………………”; (hereinafter referred to collectively as “Parties)

For submission to the Bids and Awards Committee of the Bureau of Corrections pursuant to Section 23.1 (b) of

the Revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184.

WITNESSETH That:

WHEREAS, the Parties desire to participate as a joint venture in the public bidding that will be conducted by the Bureau of Corrections pursuant to Republic Act No. 9184 and its implementing rules and regulations, with following particulars:

Bid Reference No.

Name/Title of Procurement Project

Approved Budget for the Contract

NOW THEREFORE, inconsideration of the foregoing, the Parties undertake to enter into a JOINT VENTURE and sign a Joint Venture Agreement relative to their joint cooperation for this project, in the event that their bid is successful, furnishing the BUCOR BAC duly signed and notarized copy thereof within ten (10) calendar days from receipt of Notice from the BAC that our bid has the lowest calculated responsive bid or highest rated responsive bid (as the case may be). For purposes of this bid project, and unless modified by the terms of the Joint Venture Agreement, the following party shall be the authorized representative of the JV

Page 19: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 19

ANNEX”IX” (Page 2 of 2)

JV Partner (Name of Company)

_________________________________

Authorized Representative of the JV Partner: (Per attached Secretary’s Certificate)

__________________________________ Name

__________________________________

Designation

That furthermore, the parties agree to be bound jointly and severally under the said Joint Venture Agreement; THAT Finally, failure on our part of enter into the Joint Venture and/or sign the Joint Venture Agreement for any reason after the Notice of Award has been issued by shall be aground for non-issuance by BUCOR of the Notice to Proceed, forfeiture of our bid security and such other administrative and/or civil liabilities as may be imposed by BUCOR under the provisions of R.A. 9184 and its Revised IRR, without any liability on the part of BUCOR. This Undertaking shall form an integral part of our Eligibility documents for the above cited project. IN WITNESS WHEREOF, the parties have signed this Protocol/Undertaking on the date first above-written. ______________________________________ ______________________________________ Supplier’s Representative/Authorized Signatory Supplier’s Representative/Authorized Signatory [JURAT] SUBSCRIBED AND SWORN TO BEFORE ME this ________________________day of __________________________at__________________________, Philippines. Affiant exhibited to me his/her competent Evidence of Identify (as defined by 2004 Rules on Notarial Practice issued ___________________at ______________________, Philippines. Doc. No. _____ Page No. _____ Book No. _____ Series of _____ NOTE: PLEASE BE INFORMED THAT THE NOTARY PUBLIC,WHERE THE DOCUMENTS WILL BE NOTARIZED, SHOULD BE WITHIN THE AREA OF BUSINESS AND THE NOTARIAL LICENSE SHOULD NOT BE EXPIRED.

Page 20: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 20

ANNEX “X” (Page 1 of 3)

OMNIBUS SWORN STATEMENT

REPUBLIC OF THE PHILIPPINES ) CITY/MUNICIPALITY OF _______) S.S

AFFIDAVIT I/We, ___________________________, of legal age, with residence at __________________, after having been duly sworn to in accordance with law and in Data Sheet for the bidding of the ______________________, do hereby certify under oath as follows:

(a) AUTHORITY OF THE DESIGNATED REPRESENTATIVE

(Please check appropriate box and fill up blanks) Sole Proprietorship That I am the sole proprietorship of company name/name of bidderwith business address at ______________; Telephone No. _________, and such, I have the full power and authority to do, execute and perform any and all acts necessary to represent it in the bidding. Name: ________________________ Title: ________________________ Specimen Signature:______________ Note: Please attach a Special Power of Attorney, if not the Sole Proprietorship/Owner.

Corporation, Partnership, Cooperative

That I /We am/are the duly authorized representative/s of company name located at __________, with Telephone No. _________ Fax No. ____________ and e-mail address, ________________________________, as shown in the attached Secretary’s Certificate issued by the corporation or the members of the joint venture, and granted full power and authority to execute and perform any and all acts necessary and/or to represent our company in the abovementioned bidding ,including signing all bid documents and other related documents such as the contracts.

1) Name:_____________________ Title:_______________________ Specimen Signature:__________

2) Name:______________________ Title:________________________ Specimen Signature:___________

Note: Please attach duly executed Secretary’s Certificate

Page 21: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 21

ANNEX X (Page 2 of 3)

(b)

NON-INCLUSION IN THE BLACKLIST BY ANY AGENCY OR GOVERNMENT INSTRUMENTALITY NOR UNDER SUSPENSION STATUS WITH NEW BILIBID PRISON

That the firm I/We represent is not currently blacklisted or barred from bidding by any government

office/agency/corporation or Local Government Unit nor under suspension with New Bilibid Prison (NBP)

(c) AUTHENTICITY OF SUBMITTED DOCUMENTS

That all the certified true copies of documents submitted by our company are true and faithful reproductions or copies of the originals and all the contents/information contained therein are true, correct and unaltered.

(d) AUTHORITY TO VALIDATE SUBMITTED DOCUMENTS

THE BIDS & AWARDS COMMITTEE BUREAU OF CORRECTIONS Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated Procurement – Two Failed

Bidding

Approved Budget for the Contract (ABC) P 1,499,024.34

The undersigned duly authorized representative of the Applicant, for and in behalf of the Applicant, hereby submits this Letter of Authorization in relation with Application to apply for Eligibility and to Bid for the subject contract to Bid. In connection thereat, all public official, engineer, architect, surety company, bank institution or other person, company or corporation named in the eligibility documents and statements are hereby requested and authorized to furnish the Chairman, BuCor Bids& Awards Committee or her duly authorized representative/s any information necessary to verify the correctness and authenticity of any item stated in the said documents and statements regarding our competence and general reputation. I/We hereby give consent and give authority to the Chairman of BuCorBids and Awards Committeeor her duly authorized representative, to verify the authenticity and correctness, of any or all of the documents and statements submitted herein; and that I/we hereby hold myself liable, criminally or civilly, for any misrepresentation or false statements made there in which shall be ground for outright disqualification and/or ineligibility, and inclusion of my/our company among the contractors blacklisted from participating in future biddings of Bureau of Corrections.

(e) DISCLOSURE OF RELATIONS

That for and in behalf of the Bidder, I/We hereby declare that: /__/ if the bidder is an individual or a sole proprietorship,to the bidder’s itself /__/ if the bidder is a partnership, to all its officers and members; /__/ if the bidder is a corporation, to all its officers, directors, and controlling stockholders, /__/ if the bidder is a JV, to all its partners and members are not related by consanguinity or affinity up to the third civil degree with the members of the Board of Directors, the President, Officers or Employees having direct access to information that may substantially affect the result of the bidding such as, but not limited to, the members of the BAC, the members of the TWG the BuCorBACSecretariat and the end-user/proponent. It is fully understood that the existence of the aforesaid relation by consanguinity of affinity of the Bidder with the aforementioned Officers of the Corporation shall automatically disqualify the Bid.

Page 22: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 22

ANNEX X (Page 3 of 3)

(f) COMPLIANCE WITH EXISTING LABOR LAWS AND STANDARS

That our company diligently abides and complies with existing labor laws and standards.

(g) BIDDER’S RESPONSIBILITIES

1. That I/we have taken steps to carefully examine all of the bidding documents; 2. That I/we acknowledge all conditions, local or otherwise affecting the implementation of the contract 3. That I/we made an estimate of the facilities available and needed for the contract to be bid, if any; 4. That I/we will inquire or secure Supplemental/Bid Bulletins issued for this project; 5. That the submission of all bidding requirements shall be regarded as acceptance of all conditions of

bidding and all requirements of authorities responsible for certifying compliance of the contract; 6. That I have complied with our responsibility as provided for in the bidding documents and all

Supplemental/ Bid Bulletins; 7. That failure to observe any of the above responsibilities shall be at my own risk and 8. That I agree to be bound by the terms and conditions stated in the Conditions of the Contract for this

project.

(h) DID NOT PAY ANY FORM OF CONSIDERATION

That I / We 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.

IN WITNESS WHEREOF, I have hereunto set my hand this ______ day of _____, ____ at______________, Philippines. ____________________________________ Bidder’s Representative /Authorized Signatory SUBSCRIBED AND SWORN TO BEFORE ME this ______day of _______________at ________________, Philippines. Affiant exhibited to me his/her Competent Evidence of Identity (as defined by the 2004 Rules on Notarial Practice __________________issued __________________________at________________________, Philippines. NOTARY PUBLIC Doc. No. ________________ Page No. ________________ Book No. ________________ Series of ________________ NOTE: PLEASE BE INFORMED THAT THE NOTARY PUBLIC, WHERE THE DOCUMENTS WILL BE NOTARIZED, SHOULD BE WITHIN THE AREA OF BUSINESS AND THE NOTARIAL LICENSE SHOULD NOT BE EXPIRED.

Page 23: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 23

ANNEX “XI”

Special Conditions of Contract

GCC Clause

1.16 The Intended Completion Date is 120 calendar days upon receipt of Notice to

proceed

1.21 The Procuring Entity is Bureau of Corrections

1.22 The Procuring Entity’s Representative is

Eng’r. Justino G. Rosario

Acting Chief, General Services Section

Bureau of Corrections # 659-0833

Contact Person:

Joel Cerezo

Chief, Civil Engineering Section

# 831-0650

1.23 The Site is located at Bureau of Corrections, Correctional Institution for Women,

Mandaluyong City

1.27 The Start Date is upon receipt of NOTICE TO PROCEED.

1.30 The Works consist of Supply of Labor & Materials for the Repair of Bahay ni Lola at

CIW

2.2 No further instructions

5.1 The Procuring Entity shall give possession of all parts of the Site to the Contractor on

the date of receipt of Notice to Proceed

6.5 No further instructions

7.4(c ) No further instructions

7.7 No further instructions.

8.1 No further instructions.

10 none

12.3 No further instructions.

12.5 5 years for building construction & other related works

13 “All partners to the joint venture shall be jointly and severally liable to the Procuring

Entity.”

18.3 (h) (i) No further instructions.

21.2 The Arbiter is to be advised as needed

29.1 No dayworks are applicable to the contract.

31.1 No further instructions

31.3 No further instructions

34.3 The Funding Source is the Government of the Philippines.

39.1 Refer to Clause 40.1

40.1 For every progress payment: The contractor shall submit to the Logistics Division the following documentary requirements for every progress payment:

Original and Duplicate Copies of Statement of Account under the name of Bureau of Corrections (BuCor) (entries must be either typewritten of computer printed);

Statement of Work Accomplishment verified and certified by the Acting Chief, General Services Section and Chief, Civil Engineering Unit based on the Construction Schedule, S-Curve, PERT/CPM and Bill of Quantities;

Original Certificate of Completion and Acceptance issued by the Acting Chief, General Services Section and Chief, Civil Engineering Unit.

For the Final Payment: Original and Duplicate Copies of Statement of Account under the name of

Page 24: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 24

Bureau of Corrections (BuCor) (entries must be either typewritten of computer printed)

Statement of Work Accomplishment As Built Plan as verified and certified by the Acting Chief, General Services Section and Chief, Civil Engineering Unit based on the Construction Schedule, S-Curve, PERT/CPM and Bill of Quantities;

Approved request for variation orders (if applicable); Original Certificate of Completion and Acceptance issued by Acting Chief,

General Services Section and Chief, Civil Engineering Unit Warranty Certificate issued by the contractor in favor of Bureau of

Corrections to cover warranty from defects/failures, liabilities and workmanship for the building construction and other related works for five (5) years from the date of final acceptance was submitted.

41 No further instructions

42.2 The 10% retention money equivalent to 10%of the total contract price: One (1) year from date of completion up to date of final acceptance the retention money of ten percent (10%) of the total contract price will be withheld.

42.3 Substitution of the 10% retention money with a warranty security The contractor can request for the substitution of the retention money after the date of final acceptance with a warranty security in accordance with the following schedule:

Form of Warranty Security Amount of Warranty Security (Equal to

% of the contract)

Cash or irrevocable Standby Letter of Credit and confirmed by a local

universal or commercial bank

Five Percent (5%)

Bank Guaranteed issued and confirmed

by a local or commercial bank

Ten percent (10%)

Surety Bond callable upon demand

issued by a Surety or Insurance

Company duly certified and authorized

by the Insurance Commission to issue

such bond

Thirty Percent (30%)

The Irrevocable Standby L/C, Bank Guarantee ort Surety Bond must specifically state that it is intended to cover warranty on defects/failures and workmanship for the civil, electrical, mechanical, waterproofing and other related works for one (1) year from the Date of Final Acceptance, and to warrant that all conditions imposed under the contract have been fully met. The Warranty Security shall remain effective for one (1) year from Date of Issuance of Certificate of final Acceptance and returned only after the lapse of the said one (1) year period

51.1 No further instructions

51.2 No further instructions

Page 25: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 25

ANNEX “XII”

PLS USE THIS BID FORM

DO NOT RETYPE OR ALTER

Page 1 of 2

NEW BILIBID PRISON

TECHNICAL BID FORM

Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated Procurement – Two Failed

Bidding

Approved Budget for the Contract (ABC) Php 1,499,024.34 INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of

Compliance if bidder can meet the required technical specification and project requirements. DO NOT

LEAVE ANY BLANK. A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO

CONFORM WILL RESULT IN A RATING OF “FAILED”.

Item

No.

Technical Requirements

Bidder’s Statement of

Compliance

I.

Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW

(Negotiated Procurement – Two Failed Bidding) Per Scope of Works (Annex VI)

Per Drawings (Annex VII)

Per Bill of Quantity/Detailed Estimate

II. Completion of works within one hundred twenty (120) calendar days

after receipt of the Notice to Proceed

Requirements if awarded the Contract

III. Contractor to secure required permits and licenses prior to start of work

IV.

All materials to be used must be compliant with the Product Quality

Standards set by the Bureau of Product Standards – DTI.

V.

All materials to be used in the project must be presented for approval to

BuCor Authorized Representatives prior to its installation

VI.

Joint Inspection, Testing and Commissioning to be conducted by BuCor

Technical Inspection Committee representatives upon completion of

work prior to its acceptance.

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to

(supply/deliver/perform) the above described items:

I/We undertake, if our bids is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents,

including the posting of the required performance security within ten (10) calendar days from the receipt of the Notice of Award. Until a formal

contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________

Name of Bidder (In Print)

_______________________

Printed Name and Signature of Bidder’s Authorized Representative / Date

Page 26: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 26

ANNEX “XII”

PLS USE THIS BID FORM

DO NOT RETYPE OR ALTER

Page 2 of 2

NEW BILIBID PRISON

TECHNICAL BID FORM

Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated Procurement – Two Failed

Bidding

Approved Budget for the Contract (ABC) Php 1,499,024.34 INSTRUCTION TO THE BIDDER: Indicate “COMPLY” (on every line) under Bidder’s Statement of Compliance.

If bidder can meet the required technical specifications and project requirements. DO NOT LEAVE ANY BLANK

A “YES” OR “NO” ENTRY WILL NOT BE ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A

RATING OF “FAILED”.

Item

No. (…Continuation) Requirements if awarded the Contract Bidder’s Statement of Compliance

VII.

Contractor to submit a Warranty Certificate in favor of the Bureau

of Corrections (BuCor) to cover warranty from defects/failures,

liabilities and workmanship for the project and other related works

for five (5) years from the date of final acceptance.

VIII. All excess materials furnished by the Contractor as described in the Bill of Quantities/Detailed Estimates per Annex XIV shall be the

property of BuCor upon completion of the works.

IX.

All scrap materials that emanate from the subject project if

applicable shall be presented and surrendered to the Chief, Property

Section, Logistics Division for final disposition

Other Requirements

X. Bidder did not participate as a consultant in the preparation of the design or technical specifications of the Project subject of the Bid.

BIDDER’S UNDERTAKING

I/WE, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to

(supply/deliver/perform) the above described items:

I/We undertake, if our bids is accepted, to deliver the items in accordance with the terms and conditions contained in the bid documents,

including the posting of the required performance security within ten (10) calendar days from the receipt of the Notice of Award. Until a formal

contract/order confirmation is prepared and signed, this Bid is binding on us.

______________________

Name of Bidder (In Print)

_______________________

Printed Name and Signature of Bidder’s Authorized Representative / Date

Page 27: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 27

ANNEX “XIII” (Page 1 of 1)

PLEASE USE THIS BIDFORM DO NOT RETYPE OR ALTER

BUREAU OF CORRRECTIONS

FINANCIAL BID FORM

(Prices must be VAT inclusive)

Supply Of Labor & Materials For The Repair Of Bahay Ni Lola At CIW Negotiated Procurement – Two Failed

Bidding

Description

ABC (P)

Quantity

Bid Price

Supply Of Labor & Materials For The Repair Of

Bahay Ni Lola At CIW Negotiated Procurement

– Two Failed Bidding

Php1,499,024.34

1 lot

Total Bid Price

(Amount in words)

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted , to deliver the items in accordance with the terms and conditions contained in the bid documents, including the posting of the required performance security within ten (10) days from receipt of the Notice of Award. Until a formal contractor/order confirmation is prepared and signed, this Bid is binding on us. _________________________ Name of Bidder (in print) _________________________ Name and Signature of Bidder’s Authorized representative/ Date

Page 28: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 28

ANNEX “XIV” (PAGE 1 of 6)

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

BUREAU OF CORRECTIONS

BILL OF QUANTITIES/ DETAILED ESTIMATES

(Prices must be VAT inclusive)

Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW (Negotiated Procurement – Two Failed Bidding)

Approved Budget for the Contract (ABC) Php1,499,024.34 TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. “NO” ENTRY WILL NOT BE

ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description

Total

Quantity

Materials

Labor,

Profit plus

VAT

Bid Price

Total Amount

Unit price Amount Amount

I. CONCRETE WORKS:

Cement 200 bag

Sand 17 cum

Gravel 3/4 19 cum

12mm x 6m Deformed Bar 26 pcs

10mm x 6m Deformed Bar 160 pcs

Tie wire # 16 25 kgs

Sub-Total

II. MASONRY WORKS:

CHB # 4 2,060 pcs

10mm x 6m Deformed Bar 110 pcs

Cement 150 bag

Sand 18 cum

Tie Wire # 16 20 kls

Sub-total

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to

(supply/deliver/perform) the above described items.

I/We undertake, if our bid is accepted , to deliver the items in accordance with the terms and conditions contained in the bid documents,

including the posting of the required performance security within ten (10) days from receipt of the Notice of Award. Until a formal

contractor/order confirmation is prepared and signed, this Bid is binding on us.

_________________________________

Name of Bidder (in print)

________________________________________________________

Name and Signature of Bidder’s Authorized representative/ Date

Page 29: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 29

ANNEX “XIV”( PAGE 2 of 6)

PLEASE USE THIS BID FORM DO NOT RETYPE OR ALTER

BUREAU OF CORRECTIONS

BILL OF QUANTITIES/ DETAILED ESTIMATES

(Prices must be VAT inclusive)

Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW (Negotiated Procurement – Two Failed Bidding)

Approved Budget for the Contract (ABC) Php1,499,024.34

TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. “NO” ENTRY WILL NOT BE

ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description

Total

Quantity

Materials

Labor,

Profit plus

VAT

Bid Price

Total Amount

Unit price Amount Amount

III. FORM WORKS:

2 x 2 x 12, Coco Lumber 40 pcs

2 x 3 x 12, Coco Lumber 30 pcs

1/2 x 4 x 8, Plywood 6 pcs

CWN # 3” 6 kls

CWN # 2” 3 kls

Sub-Total

IV. STEEL/ROOFING WORKS:

G.I. Pipe 3” Sch. 40 8 pcs

¼ x 2 x 2, Angular Bar 22 pcs

¼ x 1-1/2 x 1-1/2, Angular Bar 22 pcs

2 x 4 x 1.2mm C-Purlins 55 pcs

2 x 6 x 1.2mm C-Purlins 9 pcs

10mm x 6m Round Bar Sag Rod 26 pcs

12mmx6m Round Bar Cross Bracing 28 pcs

12mm Turn Buckle 14 pcs

.05mm Long Span Roof x 3.70m 64 pcs

Ridge Roll (std) 14 pcs

Gutter (std) 28 pcs

1/8 Welding Rod 70 kls

2” G.I. Tecsrew 1,650 pcs

Blind Rivets 1,250 pcs

Silicone Roof Sealant 25 ctrgs

Sub-Total

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to (supply/deliver/perform) the above described items. I/We undertake, if our bid is accepted , to deliver the items in accordance with the terms and conditions contained in the bid

documents, including the posting of the required performance security within ten (10) days from receipt of the Notice of Award. Until a formal contractor/order confirmation is prepared and signed, this Bid is binding on us.

_________________________________ Name of Bidder (in print)

________________________________________________________ Name and Signature of Bidder’s Authorized representatives/Date

Page 30: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 30

ANNEX “XIV” (PAGE 3 of 6)

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

BUREAU OF CORRECTIONS BILL OF QUANTITIES/ DETAILED ESTIMATES

(Prices must be VAT inclusive)

Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW (Negotiated Procurement – Two Failed Bidding)

Approved Budget for the Contract (ABC) Php1,499,024.34

TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. “NO” ENTRY WILL NOT BE

ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description

Total

Quantity

Materials

Labor,

Profit plus

VAT

Bid Price

Total Amount

Unit price Amount Amount

IV. STEEL/ROOFING WORKS:

Red Oxide Paint 12 gal

Paint Thinner 6 gal

3” Paint Brush 5 pcs

2” Paint Brush 6 pcs

Flashing (std) 8 pcs

Sub-Total

V. FABRICATED MATERIALS:

4mm x 1.20m x 2.40m Welded Wire 22 pcs

3/16 x 1 x 1 Angular Bar 25 pcs

10mm x 6m Round Bar 26 pcs

1/8 Welding Rod 25 pcs

Cut-Off Disc 14” 6 pcs

Grinding Disc. 4” 4 pcs

Sub- Total

VI. PLUMBING WORKS:

Bolton Bowl 4 set

PVC Pipe 4” 10 pcs

PVC Wye 4” 5 pcs

PVC Elbow 4” 8 pcs

PVC Plug 4” 1 pc

PVC Pipe 3” 20 pcs

PVC Elbow 3” 40 pcs

Sub-Total

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable,

hereby OFFER to (supply/deliver/perform) the above described items.

I/We undertake, if our bid is accepted , to deliver the items in accordance with the terms and conditions contained

in the bid documents, including the posting of the required performance security within ten (10) days from receipt of

the Notice of Award. Until a formal contractor/order confirmation is prepared and signed, this Bid is binding on us.

_________________________________

Name of Bidder (in print)

________________________________________________________

Name and Signature of Bidder’s Authorized representative/ Date

Page 31: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 31

ANNEX “XIV” (PAGE 4 of 6)

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

BUREAU OF CORRECTIONS BILL OF QUANTITIES/ DETAILED ESTIMATES

(Prices must be VAT inclusive)

Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW (Negotiated Procurement – Two Failed Bidding) Approved Budget for the Contract (ABC) Php1,499,024.34

TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. “NO” ENTRY WILL NOT BE

ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description

Total

Quantity

Materials

Labor,

Profit plus

VAT

Bid Price

Total Amount

Unit price Amount Amount

VI. PLUMBING WORKS:

PVC Pipe 2” 10 pcs

PVC Wye 2” 3 pcs

PVC Elbow 2” 6 pcs

4” x 4” Floor Drain 4 pcs

PVC 2” P-Trap 1 pc

½ PVC Blue Pipe 12 pcs

½ PVC Blue Tee 2 pcs

½ PVC Blue Tee F/Adaptor 5 pcs

½ PVC Blue Elbow F/Adaptor 1 pc

½ PVC Blue Elbow 10 pcs

PVC Faucet 6 pcs

PVC Cement Solvent ½ ltr

Tapelon Tape 4 pcs

Sub-Total

VII. TILE WORKS:

.20m x .20m Floor Tiles 400 pcs

.20m x .20m Wall Tiles 895 pcs

ABC Cement 20 bag

Cement 10 bag

Tile Grout 25 kls

Fine Sand 60 bag

Sub-Total

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to

(supply/deliver/perform) the above described items.

I/We undertake, if our bid is accepted , to deliver the items in accordance with the terms and conditions contained in the bid documents,

including the posting of the required performance security within ten (10) days from receipt of the Notice of Award. Until a formal

contractor/order confirmation is prepared and signed, this Bid is binding on us.

_________________________________

Name of Bidder (in print)

________________________________________________________

Name and Signature of Bidder’s Authorized representative/ Date

Page 32: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 32

ANNEX “XIV”(Page 5 of 6)

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

BUREAU OF CORRECTIONS

BILL OF QUANTITIES/ DETAILED ESTIMATES (Prices must be VAT inclusive)

Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW (Negotiated Procurement – Two Failed Bidding) Approved Budget for the Contract (ABC) Php1,499,024.34

TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. “NO” ENTRY WILL NOT BE

ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description

Total

Quantity

Materials

Labor,

Profit plus

VAT

Bid Price

Total Amount

Unit price Amount Amount

VIII. ELECTRICAL WORKS:

60amp Circuit Breaker w/ Enclosure

Bolt-On Indoor Type 1 set

#10 AWG Copper Wire (THHN) 1 box

#12 AWG Copper Wire (THHN) 1 box

#14 AWG Copper Wire (THHN) 2 box

PVC Flexible Hose 1/2 3 roll

2 x 4 Utility Box w/ cover 18 pcs

4 x 4 Junction Box w/ cover 6 pcs

4 x 4 Receptacle 15 pcs

ESL Bulb 18w 15 pcs

2 Gang Convenience Outlet 12 set

1 Gang Switch w/Plate 2 set

2 Gang Switch w/ Plate 4 set

Electrical Tape 6 roll

Sub-Total

IX. PAINTING WORKS:

Flat Wall Latex Paint 2 tin

Semi-Gloss Latex Paint 3 tin

QDE Paint 1 tin

Paint Thinner 1 gal

Plasalox 2 gal

Paint Brush # 3 5 pcs

Sub-Total

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to

(supply/deliver/perform) the above described items.

I/We undertake, if our bid is accepted , to deliver the items in accordance with the terms and conditions contained in the bid documents,

including the posting of the required performance security within ten (10) days from receipt of the Notice of Award. Until a formal

contractor/order confirmation is prepared and signed, this Bid is binding on us.

_________________________________

Name of Bidder (in print)

________________________________________________________

Name and Signature of Bidder’s Authorized representative/ Date

Page 33: Terms and Conditions - Bureau of Correctionsbucor.gov.ph/bid announcement/Bahay ni Lola CIW (Nego).pdf · Bidders shall provide correct and accurate information required in this form

Page 33

ANNEX “XIV”(Page 6 of 6)

PLEASE USE THIS BID FORM

DO NOT RETYPE OR ALTER

BUREAU OF CORRECTIONS

BILL OF QUANTITIES/ DETAILED ESTIMATES

(Prices must be VAT inclusive)

Supply of Labor & Materials for the Repair of Bahay ni Lola at CIW (Negotiated Procurement – Two Failed Bidding) Approved Budget for the Contract (ABC) Php1,499,024.34

TO THE BIDDER: Indicate cost per line item. DO NOT LEAVE ANY BLANK. “NO” ENTRY WILL NOT BE

ACCEPTED. FAILURE TO CONFORM WILL RESULT IN A RATING OF “FAILED”

Description

Total

Quantity

Materials

Labor,

Profit plus

VAT

Bid Price

Total Amount

Unit price Amount Amount

IX. PAINTING WORKS:

Paint Brush #2 5 pcs

Paint Roller 7” 5 pcs

Sand Paper # 200 25 pcs

Sub-Total

BIDDER’S UNDERTAKING

I/We, the undersigned bidder, having examined the Bidding Documents including Bid Bulletins, as applicable, hereby OFFER to

(supply/deliver/perform) the above described items.

I/We undertake, if our bid is accepted , to deliver the items in accordance with the terms and conditions contained in the bid documents,

including the posting of the required performance security within ten (10) days from receipt of the Notice of Award. Until a formal

contractor/order confirmation is prepared and signed, this Bid is binding on us.

_________________________________

Name of Bidder (in print)

________________________________________________________

Name and Signature of Bidder’s Authorized representative/ Date