!q
-rt
rer.Noffi'3ffirffiTi(ilffil,,T;,ffifr;ifl,T.Hr-rru, rN-rEnNArroNAr-
httn.//www itrtirlnqr snvnh -'"'t9r'S#',#^r,
PROJEGT: REPAIR AND RENOVATION OF THE FOOD PROCESSING PLANT
AND LABORATORIESLOCATION:
DOST Compound, Gen. Santos Ave., Bicutan, Taguig City OWNER:
lndustrialTechnology Development lnstitute (lTDl)SUBJECT:
BID BULLETIN NO. 1 Date:
August15,2014
This Bid Bulletin No. 1 is being issued
to
Bidders for their information and guidance inthe
preparation oftheir
bids andshall
betaken into
considerationin their
proposal.This bid
bulletinwill form part of
the contract for this project.1. Governing
Rules:Bidding and contract award for the above project shall be governed by
the
Revised lmplementing Rulesand
Regulationsof RA 9184,2009
andthe
Philippine Bidding Documents (PBD), Fourth Edition, December 2010.Any
discrepancy betweenthe
General Conditionsand RA 9184,
R.A 9184 shall prevail, with latest amendments per GPPB Resolution No. 25-2013.2. Marking
andSealing of Bids
a.
Contents of sealed envelope marked "ORIGINALBID'
Sealed Envelope 1 marked
"Original- Eligibility
&Technical Proposal"
Sealed Envelope 2 marked
"Origina!- Financial
Proposal"b.
Contents of sealed envelope marked "COPY NO.1'
Sealed Envelope 1 marked "Copy No. 1
- Eligibility
&Technical
Proposa!"Sealed Envelope 2 marked "Copy No. 1
- Financial Proposal
c.
Contents of sealed envelope marked 'COPY NO.2'
Sealed Envelope 1 marked "Gopy No. 2
- Eligibility
&Technical Proposal"
Sealed Envelope 2 marked "Copy No. 2
- Financial Proposal
d.
The sealed outer envelopes marked'ORIGINAL BlD",
"COPY NO.1
and COPY NO.2
shall be enclosed in onesingle envelope/package.
e.
AII envelopes shall contain the following:PROJECT: REPAIR AND RENOVATION OF THE FOOD PROCESSING PLANT
AND LABORATORIES(NAME AND ADDRESS OF BIDDER IN CAPITAL LETTER)
TO: THE INDUSTRIAL TECHNOLOGY DEVELOPMENT INSTITUTE (lTDt) MS. LYDIA M. ABLAfrIA
ITDI.BAC CHAIRMAN.IN FRA
Metrology Building,
DOSTCompound Bicutan, Taguig City
"DO NOT OPEN BEFORE:
August
26,20141'9:00 A.M3. Items
to
beconsidered
inthe preparation of
Bid3.1
Bid Proposal shall be in Philippine currency.3.2 The bid shall be signed on each and every page by the duly
authorized signatoryof
the bidder. ltems with erasures on the bid should bear the initials of the authorized signatory.3.3
Bidders shall submita
Bid Securing Declaration AND at least one (1) other Bid Security, the amount of which shall be equalto a
percentage of the ABC in accordance with the following schedule:Forms of bid Security Amount of Bid Security (Equal
to
Percentaqe of the ABC)a)
Cashor
Cashier's/manager'scheck
issuedby
a Universal or Commercial BankTwo percent (2o/o)
b) Bank draft/guarantee or irrevocable letter
of credit issued bya
Universal or commercial Bank:Provided, however,
that it shall be
confirmed orauthenticated by a Universal or
Commercial Bank, if issued bv a foreiqn bankc)
Suretybond callable
upon demand issuedby
a surety or insurance company duly certified by thelnsurance Commission as authorized to
issue such securitvFive percent (5%)
d)
Any combination of the foregoing Proportionateto
share of form with respect to total amount of securitv3.4 To
guaranteethe faithful
performanceby the winning bidder of its
obligationsunder
the contract,it shall post at
leasttwo (2)
performance securitytaken from two (2)
categories belowthe amount of which shall be equal to a
percentageof the total contract price
in accordance with the following schedule:Forms of Performance Security Amount of Performance Security (Equal to Percentage of the Total
Contract Price)
a)
Cashor
Cashier's/manager'scheck
issuedby
a Universal or Commercial BankGoods and Consulting Services - Five Percent (5%)
lnfrastructure Projects
-
Ten percent(10%)
b) Bank draft/guarantee or irrevocable letter
of credit issued bya
Universal or commercial Bank:Provided, however,
that it shall be
confirmed orauthenticated by a Universal or
Commercial Bank, if issued bv a foreisn bankc)
Suretybond callable upon
demand issuedby
a surety or insurance company duly certified by thelnsurance Commission as authorized to
issue such securitvThirty percent (30%)
d)
Any combination of the foregoing Proportionateto share of form
with respect to total amount of securitv3.5
3.6
The detailed breakdown shall contain the quantities, unit costs and
sub{otals
as indicated in the form provided. No lot quantities should be indicated on any ofthe
items. The breakdown of bid costs shall be submitted in hard copy and CD as part of the Financial Component.All
bidders should conduct actualsite
investigation. Forthis
project,the
Certificateof
Site lnspection should be signed by CHARITOVILLALUZ.The
Certificate of Site lnspection shall be included in the envelope for Technical Components.Canfran:tnrq qhnr tlrl harra tarnnararrr fanililioe of an araa r{aaiana{aA l^., lTnl ranraaan{a{i.,a^
?7
3.8
Utilities (water and electricity) shall be paid by the contractor; sub-meters to be provided and installed by contractor.3.9
Hauling/Disposalof
debris fromthe
projectto an
area outsidethe
DOST Compound is the responsibility of the contractor. Reusable materials shall be surrendered to the lTDl.3.10Overtime work
until nighttime
and on weekends needs request sothat lTDl
can issue the necessarypermits.
Likewise,all
personnel, materialsand equipment should be listed
for issuance of gate pass.3.11
All personnel are required to wear lD and uniform while working inside lTDl compound.3.12
Progress billingshall be
accompaniedby
photographs.lt must be
submittedin 2
original copies.3.13
15% Advance Payment may be requested by contractor after issuance of Noticeto
Proceed to the winning bidder.Project Duration: Fifty (120) Calendar days.
Submission of Bids: August 26,2014,
between 8:30to
9:00 A.M.Bids submitted beyond 9:00 A.M. will no longer be accepted.
Opening of envelopes 9:00 A.M;
Metrology Conference Room, 2ndFloor
Metrology Building, lTDl, Bicutan Taguig City.6. Questions/clarifications not raised during
Pre-bidconference
6.1 Questions/clarifications should be made in writing, addressed to the BAC Chair-lnfra.
6.2 ln the written query, company name and the project name should be indicated.
6.3 Additional bid bulletin, if any, will be issued regarding the matter.
4.
5.
lssued by:
&
MS. LYp-rA M.