Professional Documents
Culture Documents
24HH0111cthk27 624
24HH0111cthk27 624
Bidding Documents
for
Contract ID:
24HH0111
OO1: Ensure Safe and Reliable National System –
Asset Preservation Program – Rehabilitation /
Reconstruction of Roads with Slips, Slope Collapse
and Landslide - Secondary Roads – Cebu –
Balamban Transcentral Highway – K0027+529 –
K0027+624, Cebu
Date of Submission of Technical
and Financial Proposal : on or before May 15, 2024 @ 10:00 am
🌐Website: https://www.dpwh.gov.ph
📞Tel. No.: (032) 256-1955
1
Section III. Bid Data Sheet
Notes on the Bid Data Sheet (BDS)
The Bid Data Sheet (BDS) consists of provisions that supplement, amend, or specify in
detail, information, or requirements included in the ITB found in Section II, which are
specific to each procurement.
This Section is intended to assist the Procuring Entity in providing the specific information
in relation to corresponding clauses in the ITB and has to be prepared for each specific
procurement.
The Procuring Entity should specify in the BDS information and requirements specific to the
circumstances of the Procuring Entity, the processing of the procurement, and the bid
evaluation criteria that will apply to the Bids. In preparing the BDS, the following aspects
should be checked:
2
BID DATA SHEET
ITB Clause
The name of the Project OO1: Ensure Safe and Reliable National
System – Asset Preservation Program – Rehabilitation /
Reconstruction of Roads with Slips, Slope Collapse and Landslide
- Secondary Roads – Cebu – Balamban Transcentral Highway –
K0027+529 – K0027+624, Cebu
NOTE: The contractor shall undertake not less than 50% of the contracted
works with its own resources. Subcontracting is allowed subject to the
DPWH evaluation and approval.
8.3 If subcontracting is allowed specify the portions of Works and the maximum
percentage allowed to be subcontracted, otherwise state “Not applicable”.
3
9.1 The Procuring Entity will hold a Pre-Bid Conference for this Project on May
3, 2024 10:00 A.M. at the Conference Hall, DPWH Cebu City District
Engineering Office, V. Sotto St., Brgy. Tinago, Cebu City
9.4 Electronic Bidding in accordance with GPPB Resolution No. 23-2013 will not
be adopted in this procurement.
BAC Chairman
4
The minimum work experience requirements for the key personnel are the
following:
Project Manager 5 5
14.2a(4)(b)
Project Engineer 5 5
Materials Engineer 5 5
Foreman 5 5
The key personnel should meet the following number of years’ work
experience.
1. The experience means total years of civil works experience (of any
nature in construction and engineering consultancy services)
2. Include the Tax Identification Number (TIN) of the Key
Personnel. Compliance to D.O. 98 series of 2016: Revised
Guidelines on the Accreditation of Contractors’/Consultants’
Materials Engineer.
3. Include the contact number of the Materials Engineer
14.2 a(4)(c)
Prime Mover (Model: 1
Low Bed w/ Trailer) (Capacity: 25 Tons)
Backhoe (Model: SE 1
130 LC-2) (Capacity: 0.80 cu.m.),99 HP
5
Dumptruck (Model: 1
All Models) (Capacity: 12 yd³, 290 HP)
Concrete Vibrator, 1
Flexible Shaft Type 2 5 HP
Bar Cutter, 25 mm 1
Maximum Rebar Ø
(Grade 40), Single Phase
Mechanized Joint 1
Sealer Equipment
Motorized Road 1
Grader G710A, 140 HP
Please refer to D.O. 11, Series of 2017 for the minimum materials
testing equipment and D.O. 127, Series of 2018, Strict Application
of R.A. 9184 in the conduct of Post-Qualification of Bidders with
Delayed On-Going Contracts with the DPWH.
6
14.3a The ABC is Php 91,675,000.00 Any bid with a financial component
exceeding this amount shall not be accepted.”
17.1 Bids shall be valid until [Insert number of days] calendar days from the
date set for bid opening.
18.1 The bid security shall be limited to a Bid Securing Declaration or one of the
following forms in accordance with the following amounts:
19.1 Insert value engineering clause if allowed, otherwise state “No further
instructions.”
20.4 The Bidder shall submit (1) original and (1) copies of the first (Technical)
and second (Financial) components of its bid.
The deadline for receipt of Bids is on May 15, 2024 10:00 AM.
7
Contract ID]” to [Insert dedicated e-mail address]. Attached
to the said e-mail is the copy of the Official Receipt of purchase of
bidding documents in Portable Document File (PDF) format with file
name in the format “<PCAB ID>_<CONTRACT
ID>_OfficialReceipt.pdf”.
For example, the filename of the attached PDF containing the Official
Receipt of the Contractor with PCAB ID No. 12345, who intends to
participate in the bidding of Contract ID No. 20Z00123 shall be
“12345_20Z00123_OfficialReceipt.pdf”. Further, the e-mail subject
would be “Official Receipt for 20Z00123”.
8
a. Following GPPB Resolution No. 09-2020, a bidder has the
option to submit bid electronically. However, If a bidder
chooses to submit an electronic bid, the same bidder
can no longer submit a bid manually for the same
contract, and vice versa.
9
archive folder] / [Insert total number of main archive
folders]” (e.g., “Bid Submission 1/2 for 20Z00123”and “Bid
Submission 2/2 for 20Z00123”.
10
cases, the bidders will have only three (3) attempts or fifteen
(15) minutes, whichever comes first, to provide the correct
password. Otherwise, the bidder shall be disqualified except
in unforeseen justifiable circumstances. The bidder may also
be subjected to the three-strike policy (D.O. 17, Series of
2015) as warranted by the circumstances.
11
bid, or improperly compressed or password-protected folder,
or for its premature opening.
27.1 The place of opening of Bids is Conference Hall, DPWH-Cebu City District
Engineering Office, V. Sotto Street, Brgy. Tinago, Cebu City.
The date and time of opening of Bids: on May 15, 2024 10:00AM
35 Electronic Bidding in accordance with GPPB Resolution No. 23-2013 will not
be adopted for Post-Qualification in this procurement.
12
Section V. Special Conditions of Contract
Similar to the BDS, the clauses in this Section are intended to assist the Procuring
Entity in providing contract-specific information in relation to corresponding clauses
in the GCC found in Section IV.
However, no special condition which defeats or negates the general intent and
purpose of the provisions of the GCC should be incorporated herein.
Special Conditions of Contract
GCC Clause
1.19 The Intended Completion Date two hundred ninety four (294)
Calendar Days including _ pre-determined unworkable days
1.30 The Start Date is effective upon the date of the Contractor’s
date of receipt of Notice to Proceed.
5.1 The Procuring Entity shall give possession of the Site to the
Contractor effective on the Contractor’s date of receipt of
Notice to Proceed.
Project Manager 1 5 5
Project Engineer 1 5 5
Accredited 1 5 5
Materials & Quality
Control Engineer I
Foreman 1 5 5
8.3 N/A
31.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within 30 days of delivery of the Letter of
Acceptance.
40.2 Materials and equipment delivered on the site but not completely
put in place shall be included for payment.
50.1 The date by which the As-Built Drawings and / or Operating and
Maintenance Manuals are required is [insert date].