Nothing Special   »   [go: up one dir, main page]

Checklist

Download as pdf or txt
Download as pdf or txt
You are on page 1of 3

CHECKLIST OF ELIBILITY AND TECHNICAL DOCUMENTS FOR SUBMISSION

Eligibility and Technical Components

Class “A” Documents

(1) Legal Documents

PhilGEPS Registration Certificate (Platinum Membership with Annex A)

Note: If PhilGEPS Platinum Certificate of Registration is not available or the Annex A is


not updated, the following shall be submitted, together with the PhilGEPS
Certificate of Registration:

a) SEC/DTI Registration Certificate


b) Valid and Current Mayor’s Permit*
c) Tax Clearance Certificate;
d) Audited Financial statements stamped “received” by the BIR or its duly
accredited and authorized institutions, for the preceding calendar year

*In case of recently expired Mayor’s, it shall be accepted together with its official receipt
as proof that the bidder has applied for renewal within the period prescribed by the
concerned local government unit, provided that the renewed permit shall be submitted
as post qualification requirement in accordance with Section 34.2 of the IRR of R.A. No.
9184

(2) Technical Documents

Valid Philippine Contractors Accreditation Board (PCAB) License

Statement 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;

Statement of Single Largest Completed Contract, which is similar in nature

 prospective bidder must have completed an SLCC that is similar to the


contract to be bid, and whose value, adjusted to current prices using the
PSA consumer price indices, must be at least fifty percent (50%) of the
ABC to be bid*

 Notice of Award and/or Notice to Proceed

 SLCC shall be supported by an Owner’s Certificate of Final Acceptance


issued by the project owner other than the contractor or a final rating of
at least Satisfactory in the Constructors Performance Evaluation System
(CPES). In case of contracts with the private sector, an equivalent
document shall be submitted.

*For contractors under Small A and Small B categories without similar experience on the
contract to be bid may be allowed to bid if the cost of such contract is not more than the Allowable
Range of Contract Cost (ARCC) of their registration based on the guidelines as prescribed by the PCAB.

Bid Security in any of the following forms:

 Cash or cashier’s/manager’s check issued by a Universal or Commercial Bank


 Bank draft/guarantee or irrevocable letter of credit issued by a Universal or Commercial
Bank (2% of the ABC); or
 Surety bond callable upon demand issued by a surety or insurance company duly
certified by the Insurance Commission as authorized to issue such security; or
 Bid Securing Declaration

 Project Requirements, which shall include the following:

1. Organizational chart for the contract to be bid;

2. List of contractor’s personnel (e.g., Project Manager, Project Engineers, Materials


Engineers, and Foremen), to be assigned to the contract to be bid, with their
complete qualification and experience data;

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

Omnibus Sworn Statement

(3) Financial Documents

Net Financial Contracting Capacity (NFCC) computation or Committed Line of


Credit

Class “B” Documents

JVA or the Duly Notarized Statement in accordance with Section 23.1(b) of the 2016
Revised IRR, if applicable;

Financial Component

The second envelope shall contain the financial information/documents as specified in


the PBDs.

Documents Comprising the Bid: Financial Component

(a) Financial Bid Form, which includes bid prices and the bill of quantities, in accordance with
ITB Clauses 15.1 and 15.3; and

(b) Bid prices in the Bill of Quantities;

(c) Detailed estimates, including a summary sheet indicating the unit prices of Construction
materials, labor rates, and equipment rentals used in coming up with the Bid; and

(d) Cash flow by quarter or payment schedule.


MARKING AND SEALING

OUTER ENVELOPE
OUTER ENVELOPE

MAIN ENVELOPE

OUTER ENVELOPE

SAMPLE FORMAT OF LABELED ENVELOPE


Original Technical & Financial Component

ORIGINAL – TECHNICAL COMPONENT ORIGINAL – FINANCIAL COMPONENT

ABNER H. LABANIEGO ABNER H. LABANIEGO


Chairman Chairman
Bids & Awards Committee Bids & Awards Committee
Alabel, Sarangani Province Alabel, Sarangani Province
Tel. No. (083) 508-2123 Tel. No. (083) 508-2123
mbo_alabel@yahoo.com mbo_alabel@yahoo.com

PROJECT: PROJECT:

Submitted by: BIDDER’S COMPANY NAME Submitted by: BIDDER’S COMPANY NAME
BIDDER’S CONTACT DETAILS BIDDER’S CONTACT DETAILS

DO NOT OPEN BEFORE: August 7, 2018, 1:30PM DO NOT OPEN BEFORE: August 7, 2018, 1:30PM

MAIN ENVELOPE: OUTER ENVELOPE:

BIDDING DOCUMENTS ORIGINAL BID

ABNER H. LABANIEGO ABNER H. LABANIEGO


Chairman Chairman
Bids & Awards Committee Bids & Awards Committee
Alabel, Sarangani Province Alabel, Sarangani Province
Tel. No. (083) 508-2123 Tel. No. (083) 508-2123
mbo_alabel@yahoo.com mbo_alabel@yahoo.com

PROJECT: PROJECT:

Submitted by: BIDDER’S COMPANY NAME Submitted by: BIDDER’S COMPANY NAME
BIDDER’S CONTACT DETAILS BIDDER’S CONTACT DETAILS

DO NOT OPEN BEFORE: August 7, 2018, 1:30PM DO NOT OPEN BEFORE: August 7, 2018, 1:30PM

You might also like