8918 23 160
8918 23 160
1. The City Government of Baguio-Bids and Awards Committee for Infrastructure, through
the General Fund for the year 2023 intends to apply the sum of TWENTY FIVE MILLION
FOUR HUNDRED SIXTY ONE THOUSAND SEVEN HUNDRED FIFTY EIGHT PESOS &
41/100 (P25,461,758.41) being the Approved Budget for the Contract (ABC) to payments
under the contract for SUSTAINABALE INFRASTRUCTURE PROJECTS ALLEVIATING
GAPS (SIPAG) – CONSTRUCTION OF MULTI-PURPOSE BUILDING AT WRIGHT PARK,
WITH PROJECT IDENTIFICATION NO. 8918-23-160 (NEGOTIATED PROCUREMENT-
(TWO-FAILED BIDDINGS)
Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The City Government of Baguio-Bids and Awards Committee for Infrastructure now
invites bids for the above Procurement Project. Completion of the Works is 140 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 the City Government of Baguio-
Bids and Awards Committee for Infrastructure and inspect the Bidding Documents at the City
Budget Office, City Hall, Baguio City from Mar. 17-Apr. 1, 2025, 8:00AM-2:00PM;
Payment of bid documents can be accepted at the Land Bank of the Philippines
(LBP) with Account No. 0222-0015-95, Account Name: City Government of Baguio.
The bidder will e-mail the deposit slip to cto.baguio@gmail.com for the issuance of
Official Receipt.
1
6. The City Government of Baguio-Bids and Awards Committee for Infrastructure will hold a
Pre-Bid Conference on __________at the Session Hall, Sangguniang Panlungsod, City
Hall, Baguio City, which shall be open to prospective bidders.
7. Bids must be duly received by the BAC Secretariat manual submission at the City
Administrator’s Office, City Hall, Baguio City on or before Apr. 1, 2025, 2:00 PM. 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.
10. The City Government of Baguio-Bids and Awards Committee for Infrastructure
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.
(SIGNED)
ENGR. BONIFACIO I. DELA PEÑA
City Administrator &
Chairperson, BAC
2
SECTION II. INSTRUCTION TO BIDDERS
1. Scope of Bid
The City Government of Baguio-Bids and Awards Committee for Infrastructure invites Bids for
the SUSTAINABALE INFRASTRUCTURE PROJECTS ALLEVIATING GAPS (SIPAG) –
CONSTRUCTION OF MULTI-PURPOSE BUILDING AT WRIGHT PARK, WITH PROJECT
IDENTIFICATION NO. 8918-23-160 (NEGOTIATED PROCUREMENT-(TWO-FAILED
BIDDINGS)
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 FY 2023 in the
amount of P25,461,758.41
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.
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.
5. Eligible Bidders
3
5.1. Only Bids of Bidders found to be legally, technically, and financially
capable will be evaluated.
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.
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.
8. Pre-Bid Conference
The City Government of Baguio-Bids and Awards Committee for Infrastructure will hold
a Pre-Bid Conference on _______PM at the Session Hall, Sangguniang Panlungsod,
City Hall, Baguio City, as indicated in paragraph 6 of the IB.
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.
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,
as follows:
Legal Documents
Technical Documents
(b) 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
or
and registration for the type and cost of the contract to be bid; and
(e) Original copy of Bid Security. If in the form of a Surety Bond, submit also
a certification issued by the Insurance Commission;
Or
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.
11.1 The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents,
as follows:
and
11.2 Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not
be accepted.
6
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.
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.
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.
14.1 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.
a. Philippine Pesos
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 CD from the date of the
Opening of Bids. Any bid not accompanied by an acceptable bid security shall
be rejected by the Procuring Entity as non-responsive.
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.
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.
7
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.
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.
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.
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.
8
SECTION III. 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:
The Bidder must have completed, a single contract that is similar to this
Project, equivalent to at least fifty percent (50%) of the ABC that is
implemented and completed.
9.3 Small B
9.4 The key personnel must meet the required minimum years of experience
set below:
Key Personnel
Equipment
1 UNIT BACKHOE
1 UNIT DUMP TRUCK
1 UNIT CONCRETE VIBRATOR
2 UNITS SPEED CUTTER
600 1 ½” SCAFFOLDING
2 UNITS ELECTRIC GRINDER
3 UNITS WELDING MACHINE
No further instructions.
14.1 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 P 509,235.17 (two percent (2%) of
ABC), 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 P 1,273,087.92 (five percent (5%), if bid
security is in Surety Bond.
18.2 Partial bid is not allowed.
9
19 Not applicable.
20 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 other acceptable tools of project scheduling.
10
SECTION IV. GENERAL CONDITIONS OF THE CONTRACT
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.
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.
The Contractor shall employ the key personnel named in the Schedule of Key Personnel
indicating their designation, in accordance with ITB Clause 9.4 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.
5. Performance Security
11
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.
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.
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.
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.
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.
11.1. 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.
12
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.
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.
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.
As a form of security for the advance payment made by the Procuring Entity, the
contractor is required only to submit a bank guarantee, stating in the bank certification
that the credit line shall be released only when the Project had been completed and
authorized by the Procuring Entity.
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.
15.1. If required, the Contractor will provide “as built” Drawings and/or
operating and maintenance manuals as specified in the SCC.
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.
13
SECTION V. SPECIAL CONDITIONS OF THE CONTRACT
GCC Clause
2 [If different dates are specified for completion of the Works by
section, i.e. “sectional completion,” these dates should be listed
here.]
3.1 [Specify the schedule of delivery of the possession of the site to the
Contractor, whether full or in part.]
6 The site investigation reports are: [list here the required site
investigation reports.]
7.2 [Select one, delete the other.]
Notes on Specifications
Samples of specifications from previous similar projects are useful in this respect.
The use of metric units is mandatory. Most specifications are normally written
specially by the Procuring Entity or its representative to suit the Works at hand.
There is no standard set of Specifications for universal application in all sectors in
all regions, but there are established principles and practices, which are reflected
in these PBDs.
Care must be taken in drafting specifications to ensure that they are not restrictive.
In the specification of standards for goods, materials, and workmanship,
recognized international standards should be used as much as possible. Where
other particular standards are used, whether national standards or other
standards, the specifications should state that goods, materials, and workmanship
that meet other authoritative standards, and which ensure substantially equal or
higher quality than the standards mentioned, will also be acceptable. The
following clause may be inserted in the SCC.
These notes are intended only as information for the Procuring Entity or the
person drafting the Bidding Documents. They should not be included in the final
Bidding Documents.
16
SECTION VII. DRAWINGS
[Insert here a list of Drawings. The actual Drawings, including site plans, should be attached
to this section, or annexed in a separate folder.]
17
SECTION VIII. BILL OF QUANTITIES
Submitted by:
19
Section IX. Checklist of Technical and Financial Documents
Legal Documents
Technical Documents
⬜ (b) Statement of the 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
or
and registration for the type and cost of the contract to be bid; and
⬜ (e) Original copy of Bid Security. If in the form of a Surety Bond, submit
also a certification issued by the Insurance Commission;
Or
Financial Documents
⬜ (j) Original of duly signed and accomplished Financial Bid Form; and
21