5.5 The Bidder must submit a computation of its Net Financial Contracting Capacity (NFCC), which must be at least equal to the ABC to be bid, calculated as follows:
NFCC = [(Current assets minus current liabilities) (15)] minus the value of all outstanding or uncompleted portions of the projects under ongoing contracts, including awarded contracts yet to be started coinciding with the contract for this Project.
The values of the domestic bidder’s current assets and current liabilities shall be based on the latest Audited Financial Statements (AFS) submitted to the BIR.
For purposes of computing the foreign bidders’ NFCC, the value of the current assets and current liabilities shall be based on their audited financial statements prepared in accordance with international financial reporting standards.
8.1 Subcontracting is allowed. If the bidder has no experience in design and build projects on its own it may enter into subcontracting, partnership, or joint venture with design or engineering firms for the design portion of the contract.
9.1 The BULACAN STATE UNIVERSITY will hold a Pre-bid Conference for this Project on September 20, 2019 (Friday), 9:00 a.m. at the BAC Function Room, 3rd Floor, Hostel, Bulacan State University, Guinhawa, City of Malolos, Bulacan
10.1 The BULACAN STATE UNIVERSITY’s address is:
Ms. HERMOGENA A. BAUTISTA
Chairperson, BAC – Infrastructure & Repairs BULACAN STATE UNIVERSITY
BAC Function Room, 3rd Floor, Hostel Bulacan State University Guinhawa, City of Malolos, Bulacan
Tel No. : (044) 919-7800 loc 1053; Fax No.: (044) 794-7755 E-mail address: [email protected] 10.4 No further instructions.
12.1 (a) Eligibility Documents Class “A” Documents:
1. Registration certificate from the Securities and Exchange Commission (SEC), Department of Trade and Industry (DTI) for sole proprietorship, or Cooperative Development Authority (CDA) for cooperatives, or any proof of such registration as stated in the BDS;
2. Mayor’s permit issued by the city or municipality where the principal place of business of the prospective bidder is located;
3. Audited financial statements, stamped “received” by the Bureau of Internal Revenue (BIR) or its duly accredited and authorized institutions, for the
preceding calendar year, which should not be earlier than two (2) years from bid submission;
4.PhilGEPS Certificate of Registration (Platinum Membership);
5. Relevant Statement of all its on-going government and private contracts, including contracts awarded but not yet started design/ design and build related contracts, curriculum vitae of key staff, partners or principal officers;
6. Relevant Statement of the Bidder’s Single Largest Completed Contract (SLCC) similar to the contract to be bid. The statement shall be supported by the notices of award and/or notices to proceed, Project Owner’s Certificate of Final Acceptance issued by the Owner other than the Contractor or the Constructors Performance Evaluation System (CPES) Final Rating, which must be at least satisfactory;
7. Valid Philippine Contractors Accreditation Board (PCAB) License and Registration for the type and cost of the contract to be bid:
Size Range- Small B License Category- C & D
8. The prospective bidder’s computation for its Net Financial Contracting Capacity (NFCC);
Class “B” Documents:
For Infrastructure Projects, Joint Venture bidders shall submit a Joint Venture Agreement (JVA) in accordance with RA 4566 and the IRR of RA 9184.
Each partner of the joint venture shall submit their respective PhilGEPS Certificates of Registration in accordance with Section 8.5.2 of the IRR of RA 9184. The submission of technical and financial eligibility documents by any of the joint venture partners constitutes compliance: Provided, That the partner responsible to submit the NFCC shall likewise submit the Statement of all its on-going contracts and Audited Financial Statements.
12.1 (b) (i)
Bid security in accordance with ITB Clause 18. If the Bidder opts to submit the bid security in the form of:
a. a bank draft/guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or
b. a surety bond accompanied by a certification coming from the Insurance Commission that the surety or insurance company is authorized to issue such instruments.
12.1(b)(ii)
Project Requirements, which shall include the following:
1. Duly Signed List of Contractor’s Organizational chart for the contract to be bid;
2. Duly Signed List of Contractor’s Key Personnel to be assigned to the
Contract
 Project Manager
 *Project Engineer-Civil Engineer
 *Safety Officer
 *Materials Engineer
 *Electrician
 *Welder / Fitter
 Carpenter
 Mason
 Painter
 Plumber
 Equipment Operator
 Foreman and Laborer Attachments:
a. Bio-Data or Curriculum Vitae, showing complete
qualifications and experiences data, including certificates of Seminars and Trainings attended;
b. Key Personnel’s Affidavit of commitment to work on the Contract
Note:
In case of replacement of key personnel, the contractor must request in writing to the BulSU indicating the valid reasons for such replacement and attaching thereto documents pertaining to the substitute personnel and the same must be approved.
3. Duly Signed 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 are the following:
 Mobile Crane
 Welding Machine
 Scaffolding, Power Tools/ Hand Tools
 Acetylene/ Oxygen Tank / Cutter
 Lifting Machine/ Pulley/ Chain Block
 Other Appropriate Tools
Note:
The list of contractor’s major equipment units, which are owned, leased, and/or under purchase agreements, must be supported by proof of ownership and/or certification of availability of equipment from the equipment lessor/vendor for the duration of the project.
12.1(b)(ii.4) Additional documents to be included in the technical envelope:
a. Construction Schedule and S-curve with cumulative amount using the prescribed format;
b. Manpower Schedule using the prescribed format;
c. Detailed Construction Methods;
d. PERT/CPM (network diagram) using the prescribed format;
e. Equipment/Tools Utilization Schedule using the prescribed format;
f. Site Inspection Certificate issued by BulSU;
g. Contractor’s Confirmation with the Construction Specifications; and h. Certification of Satisfactory Performance (with no negative slippage) from Project Management Office (PMO) for previous and on-going projects with BulSU, if any.
12.1 (b) (iii) Sworn statement in accordance with Section 25.3 of the IRR of RA 9184 and using the form prescribed in Section IX. Bidding Forms.
13.1 This shall include the following documents:
1) Duly signed Financial Bid Form using the prescribed format;
2) Bid prices in the Bill of Quantities;
3) 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;
4) Cash flow by quarter or payment schedule;
5) Detailed Unit Price Analysis (DUPA) using the prescribed format;
6) Back-up quantity computation sheet/tally sheet as programmed using the prescribed format and
7) Preferably with soft copy in compact disc (CD) of the duly priced Bill of Quantities & Detailed Estimates using Microsoft Excel.
13.2 The ABC is Three Million Five Hundred Fourteen Thousand Seven Hundred Fifty Pesos and 05/100 (₱ 3,514,750.05).
Any bid with a financial component exceeding this amount shall not be accepted.
14.2 No further instructions.
15.4 No further instruction.
16.1 The bid prices shall be quoted in Philippine Pesos.
16.3 No further instructions.
17.1 Bids will be valid until one hundred twenty (120) calendar days after bid opening.
18.1 The bid security shall be in the form of a Bid Securing Declaration or any of the following forms and amounts:
1.The amount of not less than ₱ 70,295.00 [Insert 2% of ABC], if bid security is in cash, cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of credit;
2.The amount of not less than ₱ 175,737.50 [Insert 5% of ABC] if bid security is in Surety Bond.
18.2 The bid security shall be valid until one hundred twenty (120) calendar days after bid opening.
20.3 Each Bidder shall submit one (1) original or certified true copy of the original and three (3) additional photocopies of the first and second
components of its bid duly signed by the authorized representative of the bidder.
21 The address for submission of bids is:
BIDS AND AWARDS COMMITTEE Function Room, Hostel, 3rd Floor,
Bulacan State University (Main Campus) City of Malolos, Bulacan
The deadline for submission of bids is on or before October 2, 2019 (Wednesday), 9:00 a.m. (Philippine Time)
Note: Late bids shall not be accepted.
24.1 The place of bid opening is:
BIDS AND AWARDS COMMITTEE Function Room, Hostel, 3rd Floor,
Bulacan State University (Main Campus) City of Malolos, Bulacan
The date and time of bid opening is on October 2, 2019 (Wednesday), 9:00 a.m.
24.2 No further instructions.
24.3 No further instructions.
27.3 Partial bid is not allowed. The infrastructure project is packaged in a single lot and the lot shall not be divided into sub-lots for the purpose of bidding, evaluation, and contract award.
27.4 No further instructions.
28.2 List licenses and permits relevant to the Project and the corresponding law requiring it or state “None.”
31.4(f) No further instructions.