Bid Docs-Stp
Bid Docs-Stp
Sixth Edition
July 2020
Preface
The PBDs are intended as a model for admeasurements (unit prices or unit rates in a
bill of quantities) types of contract, which are the most common in Works contracting.
The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract; (ii) the
eligibility requirements of Bidders; (iii) the expected contract duration; and (iv)the obligations,
duties, and/or functions of the winning Bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Works to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included in
the final documents. The following general directions should be observed when using the
documents:
a. All the documents listed in the Table of Contents are normally required for the
procurement of Infrastructure Projects. However, they should be adapted as
necessary to the circumstances of the particular Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should contain
neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, BDS, General Conditions of Contract, Special Conditions of Contract,
Specifications, Drawings, and Bill of Quantities are not part of the text of the
final document, although they contain instructions that the Procuring Entity
should strictly follow.
1
e. Modifications for specific Procurement Project details should be provided in the
Special Conditions of Contract as amendments to the Conditions of Contract.
For easy completion, whenever reference has to be made to specific clauses in
the Bid Data Sheet or Special Conditions of Contract, these terms shall be
printed in bold typeface on Sections I (Instructions to Bidders) and III (General
Conditions of Contract), respectively.
f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.
2
TABLE OF CONTENTS
3
7. Warranty ..................................................................................................................19
8. Liability of the Contractor .......................................................................................19
9. Termination for Other Causes .................................................................................19
10. Dayworks ................................................................................................................20
11. Program of Work.....................................................................................................20
12. Instructions, Inspections and Audits .......................................................................20
13. Advance Payment....................................................................................................20
14. Progress Payments ..................................................................................................20
15. Operating and Maintenance Manuals......................................................................20
Section V. Special Conditions of Contract..................................................... 22
Section VI. Specifications ................................................................................ 23
Section VII. Drawings ...................................................................................... 47
Section VIII. Bill of Quantities ....................................................................... 50
Section IX. Checklist of Technical and Financial Documents ..................... 53
4
Glossary of
Terms, Abbreviations, and Acronyms
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier
or Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form
signed by the parties, including all attachments and appendices thereto and all documents
incorporated by reference therein.
Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring
Entity and to whom the Contract to execute the Work was awarded. Contractor as used in these
Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.
Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public
businesses or in the pursuit of any government undertaking, project or activity, whether in the
nature of equipment, furniture, stationery, materials for construction, or personal property of
any kind, including non-personal or contractual services such as the repair and maintenance of
equipment and furniture, as well as trucking, hauling, janitorial, security, and related or
analogous services, as well as procurement of materials and supplies provided by the Procuring
Entity for such services. The term “related” or “analogous services” shall include, but is not
limited to, lease or purchase of office space, media advertisements, health maintenance
services, and other services essential to the operation of the Procuring Entity. (2016 revised
IRR, Section 5[r])
UN – United Nations.
7
Section I. Invitation to Bid
8
Invitation to Bid for the Design and Build of 300 CMD
Sewage Treatment Plant (STP) for Pampanga Economic Zone
(PEZA-HO-2022-02)
1. The Philippine Economic Zone Authority, through the Corporate Budget for Year
2022 intends to apply the sum of Twenty-Five Million Pesos (PhP25,000,000.00)
being the Approved Budget for the Contract (ABC) to payments under the contract for
the Design and Build of the 300 CMD Sewage Treatment Plant (STP) for
Pampanga Economic Zone (PEZA HO 2022-02). Bids received in excess of the ABC
shall be automatically rejected at bid opening.
2. The Philippine Economic Zone Authority now invites bids for the above Procurement
Project. Completion of the Works is required within 180 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 Philippine Economic Zone
Authority and inspect the Bidding Documents at the address given below from office
hours from Mondays to Fridays, 9:00 AM to 4:00 PM.
6. The Philippine Economic Zone Authority will hold a Pre-Bid Conference on 02 March
2022, 10AM 8th Floor, Double Dragon Center West Building, DD Meridian Park,
Macapagal Avenue, Pasay City and/or through videoconferencing/webcasting via
Microsoft Teams, which shall be open to prospective bidders.
Interested bidders shall inform the PEZA-BAC, through its Secretariat, by sending an
email at [email protected], of their intention to participate in the Pre-Bid
Conference at least one (1) day prior to the date of the conference.
9
7. Hard copies and soft copies of bids (1 original, 1 copy and a soft copy in USB) must be
duly received by the BAC Secretariat through manual submission at the office address
as indicated below on or before 10AM, 14 March 2022. 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.
9. Bid opening shall be on 11AM, 14 March 2022 at the 8th Floor, Double Dragon
Center West Building, DD Meridian Park, Macapagal Avenue, Pasay City and
through video conferencing or webcasting via Microsoft Teams to observe social
distancing. Bids will be opened in the presence of the bidders’ representatives who
choose to attend the activity.
Activity Schedule
Posting of Invitation to Bid 22 February 2022
Issuance and Availability of Bid Documents 22 February 2022 - 14 March 2022
Pre-Bid Conference 10AM 02 March 2022
Deadline for Submission of bids 10AM 14 March 2022
Opening of Bids 11AM 14 March 2022
11. The Philippine Economic Zone Authority 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.
22 February 2022
(Sgd.)
DDG TERESO O. PANGA
BAC Chairperson
10
Section II. Instructions to Bidders
1. Scope of Bid
The Procuring Entity, Philippine Economic Zone Authority invites Bids for the Design
and Build of 300 CMD Sewage Treatment Plant (STP) for Pampanga Economic
Zone, with Project Identification Number (PEZA HO 2022-02).
2. Funding Information
2.1. The GOP through the source of funding as indicated below for Corporate
Budget for Year 2022 in the amount of ₱25,000,000.00.
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.
5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at least
fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to current
prices using the PSA’s CPI, except under conditions provided for in Section
23.4.2.4 of the 2016 revised IRR of RA No. 9184.
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.
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 Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address 8th Floor, Double Dragon Center West
Bldg., DD Meridian Park, Macapagal Avenue, Pasay City and/or through
videoconferencing/webcasting via MSTeams as indicated in paragraph 6 of the IB.
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.
11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
13
12. Alternative Bids
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.
15.2. The Bid and bid security shall be valid for 120 calendar days from date of
opening of bids. Any bid not accompanied by an acceptable bid security shall
be rejected by the Procuring Entity as non-responsive.
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.
14
17. Deadline for Submission of Bids
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.
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.
15
Section III. Bid Data Sheet
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:
Design and Build/Construction of Wastewater Treatment Facilities/Plant
and/or Sewage Treatment Facilities/Plant.
7.1 Subcontracting is not allowed.
10.4 The key personnel must meet the required minimum years of experience set
below:
Design Stage
Key Personnel General Experience Relevant Experience
Design Architect 5 years 3 years
Structural Engineer 5 years 3 years
Electrical Engineer 5 years 3 years
Mechanical Engineer 5 years 3 years
Draftsman 1 year 1 year
Construction Stage
Key Personnel General Experience Relevant Experience
Project Manager 5 years 3 years
Safety Officer 5 years 3 years
Quality Controller 3 years 1 year
Quality Surveyor / Cost 3 years 2 years
Analyst
Foreman 10 years 5 years
Draftsman 1 year 1 year
Skilled Worker 5 years 3 years
Helper 1 year 1 year
10.5 The minimum major equipment requirements are the following:
15.1 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 Five Hundred Thousand Pesos
(₱500,000.00) 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 One Million Two Hundred Fifty Thousand
Pesos (₱1,250,000.00) if bid security is in Surety Bond.
19.2 Partial Bids are not allowed
20 [List licenses and permits relevant to the Project and the corresponding law
requiring it, e.g. Environmental Compliance Certificate, Certification that the
project site is not within a geohazard zone, etc.]
17
Section IV. General Conditions of 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.
18
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
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.
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.
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.
20
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.
21
Section V. Special Conditions of Contract
6 The site investigation reports are: [list here the required site investigation
reports.]
7.2 [In case of permanent structures, such as buildings of types 4 and 5 as
classified under the National Building Code of the Philippines and other
structures made of steel, iron, or concrete which comply with relevant
structural codes (e.g., DPWH Standard Specifications), such as, but not
limited to, steel/concrete bridges, flyovers, aircraft movement areas, ports,
dams, tunnels, filtration and treatment plants, sewerage systems, power
plants, transmission and communication towers, railway system, and
other similar permanent structures:] Fifteen (15) years.
11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within 14 days of delivery of the Notice of
Award.
11.2 The amount to be withheld for late submission of an updated Program of
Work is 5% of the original contract price.
13 The amount of the advance payment is [insert amount as percentage of
the contract price that shall not exceed 15% of the total contract price
and schedule of payment].
14 [If allowed by the Procuring Entity, state:] Materials and equipment
delivered on the site but not completely put in place shall be included for
payment.
15.1 The date by which operating and maintenance manuals are required 5 days
before completion.
The date by which “as built” drawings are required is 5 days before
completion.
15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is
whichever is specified in the Contract.
22
Section VI. Specifications
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
Section VII. Drawings
47
ProposedSTP Location
48
ProposedSTP Location
49
Section VIII. Bill of Quantities
b. when a Contract has been entered into, to provide a priced Bill of Quantities for use
in the periodic valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in
sufficient detail to distinguish between the different classes of Works, or between Works of
the same nature carried out in different locations or in other circumstances which may give
rise to different considerations of cost. Consistent with these requirements, the layout and
content of the Bill of Quantities should be as simple and brief as possible.
Daywork Schedule
A Daywork Schedule should be included only if the probability of unforeseen work, outside
the items included in the Bill of Quantities, is high. To facilitate checking by the Entity of
the realism of rates quoted by the Bidders, the Daywork Schedule should normally comprise
the following:
a. A list of the various classes of labor, materials, and Constructional Plant for which
basic daywork rates or prices are to be inserted by the Bidder, together with a
statement of the conditions under which the Contractor will be paid for work
executed on a daywork basis.
Provisional Sums
Signature Box
A signature box shall be added at the bottom of each page of the Bill of Quantities where the
authorized representative of the Bidder shall affix his signature. Failure of the authorized
representative to sign each and every page of the Bill of Quantities shall be a cause for
rejection of his bid.
These Notes for Preparing a Bill of Quantities are intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They should not be included
in the final documents.
51
ITEM DESCRIPTION QTY UNIT COST
A GENERAL REQUIREMENTS
Mobilization / Demobilization 1 lot
Occupational Safety and Health Program, PPEs, 1 lot
Billboards, Signages
Site Preparation 1 lot
Provision for Temporary Facilities 1 lot
Permits and Clearances 1 lot
C CONSTRUCTION PHASE
Earthworks 1 lot
Hauling of Excavated Materials and Debris 1 lot
Excavation Works 1 lot
STP lot
Combined Pre-Treatment 1
Secondary Treatment Dynamic SBR 1 lot
Post Treatment 1 lot
Sludge Management 1 lot
Chemical Dosing and Storage Facilities 1 lot
Control Room 1 lot
Electrical and Instrumentation 1 lot
Odor and Noise Control 1 lot
D TURNOVER
a. GPPB Resolution No. 09-2020 on the efficient procurement measures during a State
of Calamity or other similar issuances that shall allow the use of alternate documents
in lieu of the mandated requirements; or
b. any subsequent GPPB issuances adjusting the documentary requirements after the
effectivity of the adoption of the PBDs.
The BAC shall be checking the submitted documents of each Bidder against this checklist
to ascertain if they are all present, using a non-discretionary “pass/fail” criterion pursuant to
Section 30 of the 2016 revised IRR of RA No. 9184.
53
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE
Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);
or
⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),
Department of Trade and Industry (DTI) for sole proprietorship, or
Cooperative Development Authority (CDA) for cooperatives or its equivalent
document;
and
⬜ (c) Mayor’s or Business permit issued by the city or municipality where the
principal place of business of the prospective bidder is located, or the
equivalent document for Exclusive Economic Zones or Areas;
and
⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by
the Bureau of Internal Revenue (BIR).
Technical Documents
⬜ (f) 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
⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided under the rules;
and
⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(j) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key 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;
⬜ c. 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; and
⬜ (k) Original duly signed Omnibus Sworn Statement (OSS);
54
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.
Financial Documents
⬜ (l) The prospective bidder’s audited financial statements, showing, among others,
the prospective bidder’s total and current assets and liabilities, stamped
“received” by the BIR or its duly accredited and authorized institutions, for
the preceding calendar year which should not be earlier than two (2) years
from the date of bid submission; and
⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).
55
56