EMBASSY OF THE REPUBLIC OF THE PHILIPPINES
IN DHAKA, BANGLADESH
BIDS AND AWARDS COMMITTEE
Bidding Documents
Name of Project:
Procurement of an Official Car - Sedan
Approved Budget for the Contract:
One Million Eight Hundred and Ninety-Two Thousand Philippine Pesos
Three Million Pesos
(PHP 3,300,000.00)
BD-DPE-03-2019
______________________________________________________________________________________________________________________________________________
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Goods through Competitive Bidding have been prepared by the Government of the Philippines (GOP) for use by all branches, agencies, departments, bureaus, offices, or instrumentalities of the government, including government-owned and/or -controlled corporations (GOCCs), government financial institutions (GFIs), state universities and colleges (SUCs), and local government units (LGUs). The procedures and practices presented in this document have been developed through broad experience, and are for mandatory1 use in projects that are financed in whole or in part by the GOP or any foreign government/foreign or international financing institution in accordance with the provisions of the Implementing Rules and Regulations (IRR) of Republic Act (RA) 9184.
The Bidding Documents shall clearly and adequately define, among others: (a) the objectives, scope, and expected outputs and/or results of the proposed contract; (b) the eligibility requirements of bidders, such as track record to be determined by the Head of the Procuring Entity; (c) the expected contract duration, the estimated quantity in the case of procurement of goods, delivery schedule and/or time frame; and (d) the obligations, duties, and/or functions of the winning bidder.
In order to simplify the preparation of the Bidding Documents for each procurement, the PBDs groups the provisions that are intended to be used unchanged in Section II. Instructions to Bidders (ITB) and in Section IV. General Conditions of Contract (GCC). Data and provisions specific to each procurement and contract should be included in Section III. Bid Data Sheet (BDS); Section V. Special Conditions of Contract (SCC); Section VI. Schedule of Requirements; and Section VII. Technical Specifications. The forms to be used are provided in Section VIII. Bidding Forms.
Care should be taken to check the relevance of the provisions of the PBDs against the requirements of the specific Goods to be procured. In addition, 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, except for the notes introducing Section VIII. Bidding Forms where the information is useful for the Bidder. 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 Goods. 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 ITB, BDS, and SCC. 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, SCC, Schedule of Requirements, and Specifications are not part of the text of the final document, although they contain instructions that the Procuring Entity should strictly follow. The Bidding Documents should contain no footnotes except Section VIII. Bidding Forms since these provide important guidance to Bidders.
d. The cover should be modified as required to identify the Bidding Documents as to the names of the Project, Contract, and Procuring Entity, in addition to date of issue.
e. If modifications must be made to bidding procedures, they can be presented in the BDS. Modifications for specific Project or Contract details should be provided in the SCC as amendments to the Conditions of Contract. For easy completion, whenever reference has to be made to specific clauses in the BDS or SCC these terms shall be printed in bold type face on Section I. Instructions to Bidders and Section III. General Conditions of Contract, respectively.
____________________________________________________________________________________________________________________________________
Section I. Invitation to Bid
THE EMBASSY OF THE PHILIPPINES IN DHAKA, BANGLADESH
INVITATION TO BID
FOR THE PROCUREMENT OF A PASSENGER VAN
1. The Embassy of the Philippines in Dhaka (Dhaka PE), through APMV No. D3-19-00008 dated 19 August 2019, intends to apply the sum of Three Million Three Hundred Thousand Philippine Pesos (PHP) being the Approved Budget of the Contract (ABC) to payments under the contract for the “Procurement of an Official Car, Sedan.” Bids received in excess of the ABC shall be automatically rejected at bid opening.
2. The Dhaka PE- Bids and Awards Committee (Dhaka PE-BAC) now invites bids for the “Procurement of a Passenger Van,” described as follows:
Lot No. | Project Specifications | ABC | Non-Refundable Bid Fees (USD) |
1 |
Procurement of a Sedan with an engine displacement not exceeding 3500cc, gasoline/diesel-fed |
PHP 3,300,000.00 or its equivalent in BDT on Bid Opening Day |
BDT 500.00
|
Delivery of the Goods is required within two (2) months after the awarding of the Notice to Proceed. Bidders should have completed, within the past two years from the date of the deadline for submission and receipt of Bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, in Section II, Instruction to Bidders.
3. The Dhaka PE-BAC has scheduled the following activities for the said Project:
Pre-Bid Conference | Deadline for Submission and Receipt of Bids | Bid Opening |
17 October 2019 Thursday, 10:00 am
|
30 October 2019 Wednesday, 10:00 am |
31 October 2019 Thursday, 11:00 am |
Venue: Conference Room, Philippine Embassy in Dhaka |
The Dhaka-BAC shall hold a Pre-Bid Conference on the above-stated date, which shall be open to all interested bidders who purchased the bidding document.
4. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the revised Implementing Rules and Regulations (IRR) of Republic Act. (RA) No. 9184, otherwise known as the “Government Procurement Reform Act”.
Bidding is open to all interested bidders, whether local or foreign, subject to the conditions for eligibility provided under the IRR of RA 9184.
5. Interested bidders may obtain further information from Dhaka PE and inspect the Bidding Documents at the address given below, during office hours from 8:30 am to 4:30 pm.
6. A complete set of Bidding Documents may be acquired by interested bidders beginning 14 October 2019 from Dhaka PE and upon payment of a non-refundable fee in the amount specified in item 2 at Dhaka PE. It may also be downloaded free of charge from the website of the Philippine Government Electronic Procurement System (PhilGEPS) and from Dhaka PE’s website, provided that bidders shall pay the non-refundable fee for the Bidding Documents not later that the submission of their bids.
7. Bids must be submitted to Dhaka PE on or before 30 October 2019, 10:00 am. All bids must be accompanied by a bid security in any of the acceptable forms in the amount stated in ITB Clause 18.
8. Bid Opening shall be on 31 October 2019, 11:00 am at Dhaka PE’s Conference Room. Bids will be opened in the presence of the bidders or their authorized representatives who choose to attend. Late bids shall not be accepted.
9. The Dhaka PE-BAC reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract awards, without incurring any liability to the affected bidder or bidders/
10, For further information, please refer to:
Embassy of the Republic of the Philippines in Dhaka
House 2F, Ne(D) Road 73-G, Gulshan-2
Dhaka 1212, Bangladesh
Tel. No: 02 988 1590 to 92
Email: This email address is being protected from spambots. You need JavaScript enabled to view it.
LEO MARCO C. VIDAL
Bids and Awards Committee Chairperson