Professional Documents
Culture Documents
INFRASTRUCTURE PROJECT
PNOC RC Version
August 2014
(Adapted from GPPB 4th Edition-December 2010)
TABLE OF CONTENTS
SECTION
PARTICULARS
PAGES
INVITATION TO BID
36
SECTION II
7 37
SECTION III
38 44
SECTION IV
45 82
SECTION V
83 93
SECTION VI
94 125
SECTION VII
126 138
SECTION VIII
139 151
SECTION IX
152 - 155
SECTION X
BIDDING FORMS
156 - 186
SECTION X1
187 - 208
SECTION XVIII
209 210
SECTION I
The PNOC Renewables Corp. (PNOC RC), through its Bids and Awards Committee
(BAC), invites interested party/ies to join in the bidding of the herein project:
Name
of
Description
Project/Brief
Project Location
Source of Fund
Approved
Budget
Contract (ABC)
for
PhP16,745,000.00
Project Duration
Documents
Posting
PhilGEPS
Pre-bidding Conference
Bidders should have completed, within five (5) years from the date of submission and
receipt of bids, a contract similar to the Solar PV System as define under Bid Data
Sheet (BDS) section 5.4.
Bidding will be conducted through open competitive bidding procedures using
non-discretionary pass/fail criterion as specified in the Implementing Rules and
Regulations (IRR) of Republic Act 9184 (RA 9184), otherwise known as the
Government Procurement Reform Act.
Bidding is restricted to eligible bidders as defined in SECTION 5 ELIGIBLE
BIDDERS, of Instructions to Bidders of the Tender Document, which include:
Filipino contractors;
Government entities;
Partnerships, corporations, and cooperatives duly organized under the
laws of the Philippines;
Persons/Entities forming themselves into a JV as defined under ITB
SECTION 5.1.e;
Interested bidders may obtain further information by downloading free of charge the
Bidding Documents from the website of the Philippine Government Procurement
System (PhilGEPS) and the website of the Procuring Entity, and/or inspect the
Bidding Documents from the PNOC Renewables Corporation during the period of
issuance of tender bid documents at the above stated address.
A complete set of Bidding Documents may be purchased by interested Bidders who
wish to participate in the bidding process from the address above and upon payment
of a nonrefundable fee for the Bidding Documents in the amount of Twenty Thousand
Pesos (Php 20,000.00). Only official bid forms shall be accepted during the bidding
process.
All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 18.
Bids will be opened in the presence of the bidders representatives who choose to
attend at the address below. Late bids shall not be accepted.
The PNOC Renewables Corp. 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 award,
without thereby incurring any liability to the affected bidder or bidders.
For further information, please refer to:
Atty. Arolf C. Empino-Suyom
Secretariat, Bids and Award Committee (BAC)
PNOC Renewables Corporation
Ground Floor, PNOC Building V,
Energy Center, Rizal Drive, BGC,
Taguig City, Metro Manila Philippines
Email add: acempino@pnoc-rc.com.ph
Tel/fax no.: (632) 840-3079 / (632) 812-0991
Website add: www.pnoc-rc.com.ph
TABLE OF CONTENTS
A. GENERAL ............................................................................... 10
1.
2.
3.
4.
5.
6.
Bidders Responsibilities........................................................................ 15
7.
8.
Subcontracts........................................................................................ 17
A.
1.
2.
General
Scope of Bid
1.1.
The Procuring Entity as defined in the Bid Data Sheet (BDS), invites
bids for the Installation Works, as described in Section VISpecifications. The name and identification number of the Contract is
provided in the BDS.
1.2.
Source of Funds
The Procuring Entity has a budget or has applied for or received funds from
the Funding Source named in the BDS, and in the amount indicated in the
BDS. It intends to apply part of the funds received for the Project, as defined
in the BDS, to cover eligible payments under the Contract for the Works.
3.
defines, for purposes of this provision, the terms set forth below
as follows:
(i)
(ii)
(iv)
(v)
obstructive practice is
(aa)
(bb)
(b)
(c)
11
4.
3.2.
Further, the Procuring Entity will seek to impose the maximum civil,
administrative, and/or criminal penalties available under the applicable
laws on individuals and organizations deemed to be involved in any of
the practices mentioned in ITB Clause 3.1(a).
3.3.
Furthermore, the Funding Source and the Procuring Entity reserve the
right to inspect and audit records and accounts of a contractor in the
bidding for and performance of a contract themselves or through
independent auditors as reflected in the GCC Clause 34.
Conflict of Interest
4.1.
(b)
(c)
(d)
(e)
(f)
(g)
4.2.
(b)
(c)
(d)
5.
Eligible Bidders
5.1.
(b)
(c)
13
(d)
(e)
5.2.
The Procuring Entity may also invite foreign bidders when provided for
under any Treaty or International or Executive Agreement as specified
in the BDS.
5.3.
5.4.
(a) Unless otherwise provided in the BDS, the Bidder must have
completed, within five (5) years from the submission of bids, a single
contract that is similar to this Project, equivalent to at least fifty
percent (50%) of the ABC adjusted to current prices using the National
Statistics Office consumer price index.
(b) 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 BDS.
For this purpose, contracts similar to the Project shall be those
described in the BDS, and completed within the period stated in the
Invitation to Bid and ITB Clause 12.1(a)(iii).
5.5.
14
6.
Bidders Responsibilities
6.1.
6.2.
(b)
(c)
(d)
(e)
15
(f)
(g)
(h)
(i)
(j)
risk
6.3.
The Bidder, by the act of submitting its bid, shall be deemed to have
inspected the site, determined the general characteristics of the
contract works and the conditions for this Project and examine all
instructions, forms, terms, and project requirements in the Bidding
Documents.
6.4.
6.5.
6.6.
Before submitting their bids, the Bidders are deemed to have become
familiar with all existing laws, decrees, ordinances, acts and regulations
of the Philippines which may affect the contract in any way.
16
7.
6.7.
The Bidder shall bear all costs associated with the preparation and
submission of his bid, and the Procuring Entity will in no case be
responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.
6.8.
Bidders should note that the Procuring Entity will only accept bids only
from those that have paid the nonrefundable fee for the Bidding
Documents at the office indicated in the Invitation to Bid.
8.
Subcontracts
8.1.
8.2.
8.3.
B.
9.
Pre-Bid Conference
9.1.
17
9.3.
Any statement made at the pre-bid conference shall not modify the
terms of the bidding documents unless such statement is specifically
identified in writing as an amendment thereto and issued as a
Supplemental/Bid Bulletin.
C.
Preparation of Bids
the
Bid:
Eligibility
and
Technical
12.1. Unless otherwise indicated in the BDS, the first envelope shall contain
the following eligibility and technical documents:
(a)
Eligibility Documents
Class "A" Documents:
(i)
(ii)
(iii)
and
actual
(v)
(vi)
20
Technical Documents
(i)
(ii)
(i.2)
(iii)
(b)
13.2. (a)
Unless indicated in the BDS, all Bids that exceed the ABC shall
not be accepted.
(b)
22
23
Cash or cashiers/managers
check issued by a Universal or
Commercial Bank.
24
(b)
(c)
(d)
Bank
draft/guarantee
or
irrevocable letter of credit
issued by a Universal or
Commercial Bank: Provided,
however, that it shall be
confirmed or authenticated by
a Universal or Commercial
Bank, if issued by a foreign
bank.
Surety bond callable upon
demand issued by a surety or
insurance
company
duly
certified by the Insurance
Commission as authorized to
issue such security; and/or
Any combination of the
foregoing.
For biddings conducted by local government units, the Bidder may also
submit bid securities in the form of cashiers/managers check, bank
draft/guarantee, or irrevocable letter of credit from other banks
certified by the BSP as authorized to issue such financial statement.
18.2. The bid security should be valid for the period specified in the BDS.
Any bid not accompanied by an acceptable bid security shall be
rejected by the Procuring Entity as non-responsive.
18.3. No bid securities shall be returned to bidders after the opening of bids
and before contract signing, except to those that failed or declared as
post-disqualified, upon submission of a written waiver of their right to
file a motion for reconsideration and/or protest. Without prejudice on
its forfeiture, Bid Securities shall be returned only after the bidder with
the Lowest Calculated Responsive Bid has signed the contract and
furnished the Performance Security, but in no case later than the
expiration of the Bid Security validity period indicated in ITB Clause
18.2.
18.4. Upon signing and execution of the contract, pursuant to ITB Clause
31, and the posting of the performance security, pursuant to ITB
Clause 32, the successful Bidders Bid security will be discharged, but
in no case later than the Bid security validity period as indicated in ITB
Clause 18.2.
18.5. The bid security may be forfeited:
(a)
if a Bidder:
25
(b)
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
refusal to clarify or validate in writing its bid during postqualification within a period of seven (7) calendar days
from receipt of the request for clarification;
(x)
(xi)
(xii)
26
(i)
(ii)
27
20.2. Each copy of the first and second envelopes shall be similarly sealed
duly marking the inner envelopes as COPY NO. ___ - TECHNICAL
COMPONENT and COPY NO. ___ FINANCIAL COMPONENT and the
outer envelope as COPY NO. ___, respectively. These envelopes
containing the original and the copies shall then be enclosed in one
single envelope.
20.3. The original and the number of copies of the Bid as indicated in the
BDS shall be typed or written in indelible ink and shall be signed by
the bidder or its duly authorized representative/s.
20.4. All envelopes shall:
(a)
(b)
(c)
(d)
(e)
bear a warning DO NOT OPEN BEFORE the date and time for
the opening of bids, in accordance with ITB Clause 21.
20.5. If bids are not sealed and marked as required, the Procuring Entity will
assume no responsibility for the misplacement or premature opening of
the bid.
D.
30
E.
(b)
27.4. Based on the detailed evaluation of bids, those that comply with the
above-mentioned requirements shall be ranked in the ascending order
of their total calculated bid prices, as evaluated and corrected for
computational errors, discounts and other modifications, to identify the
Lowest Calculated Bid. Total calculated bid prices, as evaluated and
corrected for computational errors, discounts and other modifications,
which exceed the ABC shall not be considered, unless otherwise
indicated in the BDS.
27.5. The Procuring Entitys evaluation of bids shall only be based on the bid
price quoted in the Financial Bid Form
27.6. Bids shall be evaluated on an equal footing to ensure fair competition.
For this purpose, all bidders shall be required to include in their bids
the cost of all taxes, such as, but not limited to, value added tax (VAT),
income tax, local taxes, and other fiscal levies and duties which shall
be itemized in the bid form and reflected in the detailed estimates.
Such bids, including said taxes, shall be the basis for bid evaluation
and comparison.
(b)
(c)
(d)
(b)
(c)
If the physical
changed so
economically,
determined by
(ii)
(iii)
(b)
(c)
All bids fail to comply with all the bid requirements or fail postqualification; or
(d)
F.
Award of Contract
(ii)
Valid PCAB license and registration for the type and cost
of the contract to be bid for foreign bidders, within thirty
(30) calendar days, if allowed under a Treaty or
International or Executive Agreement mentioned in ITB
Clause 12.1(a)(iv);
(b)
(c)
(d)
31.3. The Procuring Entity shall enter into contract with the successful Bidder
within the same ten (10) calendar day period provided that all the
documentary requirements are complied with.
31.4. The following documents shall form part of the contract:
(a)
Contract Agreement;
(b)
Bidding Documents;
(c)
(d)
Performance Security;
(e)
(f)
(g)
36
10%
bank.
30%
37
38
5.1
5.2
5.4.a
For this purpose, a single contract that is similar to this Project shall
refer to a Design and Build single Grid-Tied Solar PV project where
the bidder, solely or jointly, performed the following:
a) Procured and
supports;
Supplied
the
equipment,
materials
and
No further instructions.
8.1
8.2
9.1
The Procuring Entity will hold a pre-bid conference for this Project on
09 March 2016 from 9:30 AM 11:00 AM at Ground Floor, PNOC
Bldg. V, Energy Center, Rizal Drive, BGC, Taguig City, which shall be
open only to all interested parties who have purchased the Bidding
Documents.
9.2
10.1
40
10.3
No further instructions.
12.1
The first envelope shall contain the eligibility and technical documents
stated in the ITB Clause as well as specified under Section VI (GS
7.2) and Section VII-Technical Data Sheet of this tender
document.
If applicable, duly notarized statements or valid Joint Venture
Agreement (JVA) from all potential joint venture partners stating that
they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful shall be included in the bid, as a
Class B Document submission.
Bidders shall also submit in their first envelope the name, address,
contact person, and number, of the Bidders Local Service Center in
the Philippines (Owned or Officially Accredited) that will efficiently
cater to the maintenance and repair of the Solar PV System during
the Warranty Period as prescribed in the Conditions of Contract
and/or Technical Specifications.
Any application for eligibility or updates submitted after the deadline
for the bid submission shall not be considered for the bidding at
hand.
12.1(a)(i)
12.1(a)(iv)
12.1(a)(viii)
13.1
13.1(b)
No further instructions.
41
13.1(b)
The ABC is Sixteen Million Seven Hundred Forty Five Thousand Pesos
(PhP16,745,000.00) only. Any bid with a financial component
exceeding this amount shall not be accepted.
13.2(b)
Not applicable.
14.2
No further instructions.
15.1
16.1
16.3
17.1
Bids will be valid for One Hundred Twenty (120) calendar days from
the date of opening of bids.
18.1
No further instructions.
18.2
The bid security shall be valid for One Hundred Twenty (120)
calendar days from the date of opening of bids.
20.3
Each Bidder shall submit one (1) original and four (4) copies of the
first and second components of its bid.
21
24.1
The place, date and time of bid opening are stated in the Invitation to
Bid.
24.2
27.2
27.4
No further instructions.
28.2(b)
28.2(d)
No further instructions.
31.4(g)
No further instructions.
32.2
(c)
(d)
Amount of Performance
Security (Equal to
Percentage of the Total
Contract Price)
Cash
or
cashiers/managers
check issued by a Universal or
Ten percent (10%)
Commercial Bank.
Bank
draft/guarantee
or
irrevocable letter of credit issued
by a Universal or Commercial
Bank: Provided, however, that it
Ten percent (10%)
shall
be
confirmed
or
authenticated by a Universal or
Commercial Bank, if issued by a
foreign bank.
Surety bond callable upon
demand issued by a surety or
insurance company duly certified
Thirty percent (30%)
by the Insurance Commission as
authorized to issue such security;
and/or
Any
combination
of
the Proportionate to share of
foregoing.
form with respect to total
amount of security
44
45
TABLE OF CONTENTS
1. DEFINITIONS
48
2. INTERPRETATION
50
51
4. COMMUNICATIONS
51
5. POSSESSION OF SITE
51
52
7. PERFORMANCE SECURITY
53
8. SUBCONTRACTING
54
9. LIQUIDATED DAMAGES
54
55
55
55
58
58
15. INSURANCE
58
60
61
61
63
66
66
67
67
68
69
69
29. DAYWORKS
69
70
70
71
71
72
72
72
72
73
73
74
75
42. RETENTION
75
76
78
78
79
80
81
49. COMPLETION
81
81
81
47
1.
Definitions
For purposes of this Clause, boldface type is used to identify defined terms.
1.1.
The Arbiter is the person appointed jointly by the Procuring Entity and
the Contractor to resolve disputes in the first instance, as provided for
in GCC Clause 21.
1.2.
Bill of Quantities refers to a list of the specific items of the Work and
their corresponding unit prices, lump sums, and/or provisional sums.
1.3.
1.4.
The Contract is the contract between the Procuring Entity and the
Contractor to execute, complete, and maintain the Works.
1.5.
The Contract Price is the price stated in the Letter of Acceptance and
thereafter to be paid by the Procuring Entity to the Contractor for the
execution of the Works in accordance with this Contract.
1.6.
1.7.
1.8.
1.9.
1.10. Dayworks are varied work inputs subject to payment on a time basis
for the Contractors employees and Equipment, in addition to payments
for associated Materials and Plant.
1.11. A Defect is any part of the Works not completed in accordance with
the Contract.
1.12. The Defects Liability Certificate is the certificate issued by
Procuring Entitys Representative upon correction of defects by the
Contractor.
1.13. The Defects Liability Period is the one year period between contract
completion and final acceptance within which the Contractor assumes
48
49
1.24. Site Investigation Reports are those that were included in the
Bidding Documents and are factual and interpretative reports about the
surface and subsurface conditions at the Site.
1.25. Slippage is a delay in work execution occurring when actual
accomplishment falls below the target as measured by the difference
between the scheduled and actual accomplishment of the Work by the
Contractor as established from the work schedule. This is actually
described as a percentage of the whole Works.
1.26. Specifications mean the description of Works to be done and the
qualities of materials to be used, the equipment to be installed and the
mode of construction.
1.27. The Start Date, as specified in the SCC, is the date when the
Contractor is obliged to commence execution of the Works. It does
not necessarily coincide with any of the Site Possession Dates.
1.28. A Subcontractor is any person or organization to whom a part of the
Works has been subcontracted by the Contractor, as allowed by the
Procuring Entity, but not any assignee of such person.
1.29. Temporary Works are works designed, constructed, installed, and
removed by the Contractor that are needed for construction or
installation of the Permanent Works.
1.30. Work(s) refer to the Permanent Works and Temporary Works to be
executed by the Contractor in accordance with this Contract, including
(i) the furnishing of all labor, materials, equipment and others
incidental, necessary or convenient to the complete execution of the
Works; (ii) the passing of any tests before acceptance by the Procuring
Entitys Representative; (iii) and the carrying out of all duties and
obligations of the Contractor imposed by this Contract as described in
the SCC.
2.
Interpretation
2.1.
2.2.
3.
4.
This Contract has been executed in the English language, which shall
be the binding and controlling language for all matters relating to the
meaning or interpretation of this Contract. All correspondence and
other documents pertaining to this Contract which are exchanged by
the parties shall be written in English.
3.2.
Communications
Communications between parties that are referred to in the Conditions shall
be effective only when in writing. A notice shall be effective only when it is
received by the concerned party.
5.
Possession of Site
5.1.
On the date specified in the SCC, the Procuring Entity shall grant the
Contractor possession of so much of the Site as may be required to
enable it to proceed with 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 Entitys 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.
5.2.
5.3.
The Contractor shall bear all costs and charges for special or temporary
right-of-way required by it in connection with access to the Site. The
Contractor shall also provide at his own cost any additional facilities
outside the Site required by it for purposes of the Works.
5.4.
to the Site and to any place where work in connection with this
Contract is being carried out or is intended to be carried out.
6.
The Contractor shall carry out the Works properly and in accordance
with this Contract. The Contractor shall provide all supervision, labor,
Materials, Plant and Contractor's Equipment, which may be required.
All Materials and Plant on Site shall be deemed to be the property of
the Procuring Entity.
6.2.
6.3.
The Contractor shall be responsible for the safety of all activities on the
Site.
6.4.
The Contractor shall carry out all instructions of the Procuring Entitys
Representative that comply with the applicable laws where the Site is
located.
6.5.
The Contractor shall employ the key personnel named in the Schedule
of Key Personnel, as referred to in the SCC, to carry out the
supervision of the Works. 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.
6.6.
6.7.
6.8.
The Contractor shall submit to the Procuring Entity for consent the
name and particulars of the person authorized to receive instructions
on behalf of the Contractor.
6.9.
The Contractor shall cooperate and share the Site with other
contractors, public authorities, utilities, and the Procuring Entity
between the dates given in the schedule of other contractors
52
particularly when they shall require access to the Site. The Contractor
shall also provide facilities and services for them during this period.
The Procuring Entity may modify the schedule of other contractors,
and shall notify the Contractor of any such modification thereto.
6.10. Should anything of historical or other interest or of significant value be
unexpectedly discovered on the Site, it shall be the property of the
Procuring Entity. The Contractor shall notify the Procuring Entitys
Representative of such discoveries and carry out the Procuring Entitys
Representatives instructions in dealing with them.
7.
Performance Security
7.1.
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 Contractor shall furnish the performance
security in any the forms prescribed in ITB Clause 32.2.
7.2.
7.3.
7.4.
(b)
(c)
7.5.
7.6.
agency or the Procuring Entity, will not affect the structural integrity of
the entire project, the Procuring Entity shall allow a proportional
reduction in the original performance security, provided that any such
reduction is more than ten percent (10%) and that the aggregate of
such reductions is not more than fifty percent (50%) of the original
performance security.
7.7.
8.
9.
Subcontracting
8.1.
8.2.
8.3.
Liquidated Damages
9.1.
The Contractor shall pay liquidated damages to the Procuring Entity for
each day that the Completion Date is later than the Intended
Completion Date. The applicable liquidated damages is at least onetenth (1/10) of a percent of the cost of the unperformed portion for
every day of delay. The total amount of liquidated damages shall not
exceed ten percent (10%) of the amount of the contract. The
Procuring Entity may deduct liquidated damages from payments due to
the Contractor. Payment of liquidated damages shall not affect the
Contractor. Once the cumulative amount of liquidated damages
reaches ten percent (10%) of the amount of this Contract, the
54
55
12.3. Unless otherwise indicated in the SCC, in case the Contractor fails to
comply with the preceding paragraph, 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.
12.4. After final acceptance of the Works by the Procuring Entity, the
Contractor shall be held responsible for Structural Defects, i.e., major
faults/flaws/deficiencies in one or more key structural elements of the
project which may lead to structural
failure of the completed
elements or structure, or Structural Failures, i.e., where one or more
key structural elements in an infrastructure facility fails or collapses,
thereby rendering the facility or part thereof incapable of withstanding
the design loads, and/or endangering the safety of the users or the
general public:
(a)
(b)
(c)
(d)
(e)
Minimum Amount in
Percentage (%) of Total
Contract Price
12.7. The warranty security shall be stated in Philippine Pesos and shall
remain effective for one year from the date of issuance of the
Certificate of Final Acceptance by the Procuring Entity, and returned
only after the lapse of said one year period.
12.8. In case of structural defects/failure occurring during the applicable
warranty period provided in GCC Clause 12.5, the Procuring Entity
shall undertake the necessary restoration or reconstruction works and
shall be entitled to full reimbursement by the parties found to be liable
for expenses incurred therein upon demand, without prejudice to the
filing of appropriate administrative, civil, and/or criminal charges
against the responsible persons as well as the forfeiture of the
warranty security posted in favor of the Procuring Entity.
57
(b)
(ii)
15. Insurance
15.1. The Contractor shall, under his name and at his own expense, obtain
and maintain, for the duration of this Contract, the following insurance
coverage:
(a)
(b)
(c)
58
(d)
become bankrupt;
59
(ii)
(iii)
(iv)
(v)
(b)
(c)
(d)
60
(e)
16.5. All materials on the Site, Plant, Equipment, and Works shall be deemed
to be the property of the Procuring Entity if this Contract is rescinded
because of the Contractors default.
(b)
The Contractor stops work for twenty eight (28) days when no
stoppage of work is shown on the current Program of Work and
the stoppage has not been authorized by the Procuring Entitys
Representative;
61
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(ii)
(iii)
(iv)
62
18.4. The Funding Source or the Procuring Entity, as appropriate, will seek to
impose the maximum civil, administrative and/or criminal penalties
available under the applicable law on individuals and organizations
deemed to be involved with corrupt, fraudulent, or coercive practices.
18.5. When persons from either party to this Contract gives notice of a
fundamental breach to the Procuring Entitys Representative in order
to terminate the existing contract for a cause other than those listed
under GCC Clause 18.3, the Procuring Entitys Representative shall
decide whether the breach is fundamental or not.
18.6. If this Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the Site as soon
as reasonably possible.
(b)
(ii)
(iii)
(iv)
(e)
(f)
(b)
(i)
Employment
of
competent
technical
personnel,
competent engineers and/or work supervisors;
(ii)
(iii)
(iv)
(v)
(c)
(d)
(e)
(i)
(ii)
65
(b)
(c)
20.5. The net balance due shall be paid or repaid within a reasonable time
period from the time of the notice of termination.
(b)
If the Contractor has not received sums due it for work already done
within forty five (45) days from the time the Contractors claim for
payment has been certified by the Procuring Entitys Representative,
the Contractor may immediately issue a suspension of work notice in
accordance with GCC Clause 45.2.
67
68
to cooperate in dealing with a delay, the delay by this failure shall not
be considered in assessing the new Intended Completion Date.
(b)
(c)
(d)
29. Dayworks
29.1. Subject to GCC Clause 43 on Variation Order, and if applicable as
indicated in the SCC, the Dayworks rates in the Contractors Bid shall
be used for small additional amounts of work only when the Procuring
Entitys Representative has given written instructions in advance for
additional work to be paid for in that way.
29.2. All work to be paid for as Dayworks shall be recorded by the Contractor
on forms approved by the Procuring Entitys Representative. Each
completed form shall be verified and signed by the Procuring Entitys
Representative within two days of the work being done.
29.3. The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.
69
71
72
37.2. Every time notice of a defect is given, the Contractor shall correct the
notified defect within the length of time specified in the Procuring
Entitys Representatives notice.
37.3. The Contractor shall correct the defects which he notices himself
before the end of the Defects Liability Period.
37.4. The Procuring Entity shall certify that all defects have been corrected.
If the Procuring Entity considers that correction of a defect is not
essential, he can request the Contractor to submit a quotation for the
corresponding reduction in the Contract Price. If the Procuring Entity
accepts the quotation, the corresponding change in the SCC is a
Variation.
73
39.4. The contractor may reduce his standby letter of credit or guarantee
instrument by the amounts refunded by the Monthly Certificates in the
advance payment.
39.5. The Procuring Entity will provide an Advance Payment on the Contract
Price as stipulated in the Conditions of Contract, subject to the
maximum amount stated in SCC Clause 39.1.
(b)
(c)
(d)
(e)
74
(b)
(c)
41.4. The Procuring Entitys Representative may exclude any item certified in
a previous certificate or reduce the proportion of any item previously
certified in any certificate in the light of later information.
42. Retention
42.1. The Procuring Entity shall retain from each payment due to the
Contractor an amount equal to a percentage thereof using the rate as
specified in ITB Sub-Clause 42.2.
42.2. Progress payments are subject to retention of ten percent (10%),
referred to as the retention money. Such retention shall be based on
the total amount due to the Contractor prior to any deduction and shall
be retained from every progress payment until fifty percent (50%) of
the value of Works, as determined by the Procuring Entity, are
completed. If, after fifty percent (50%) completion, the Work is
satisfactorily done and on schedule, no additional retention shall be
made; otherwise, the ten percent (10%) retention shall again be
imposed using the rate specified therefor.
42.3. The total retention money shall be due for release upon final
acceptance of the Works. The Contractor may, however, request the
substitution of the retention money for each progress billing with
irrevocable standby letters of credit from a commercial bank, bank
guarantees or surety bonds callable on demand, of amounts equivalent
to the retention money substituted for and acceptable to the Procuring
Entity, provided that the project is on schedule and is satisfactorily
undertaken. Otherwise, the ten (10%) percent retention shall be
made. Said irrevocable standby letters of credit, bank guarantees
75
(b)
(c)
(d)
If, after review of the plans, quantities and estimated unit cost
of the items of work involved, the proper office of the procuring
entity empowered to review and evaluate Change Orders or
Extra Work Orders recommends approval thereof, Head of the
Procuring Entity or his duly authorized representative, believing
77
(b)
78
(c)
(d)
(e)
46.4. If the Contractor has terminated the Contract under GCC Clauses 17 or
18, the Procuring Entity shall promptly return the Performance Security
to the Contractor.
49. Completion
The Contractor shall request the Procuring Entitys Representative to issue a
certificate of Completion of the Works, and the Procuring Entitys
Representative will do so upon deciding that the work is completed.
51.2. If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the SCC, or they do not receive the Procuring Entitys
Representatives approval, the Procuring Entitys Representative shall
withhold the amount stated in the SCC from payments due to the
Contractor.
82
83
1.21
1.22
1.23
1.27
1.30
2.2
No further instruction.
5.1
No further instruction.
6.5
Project Manager
Engineering Team:
Civil/Structural Design Engineer
Electrical Design Engineer
Construction Team:
Project Engineer (Electrical)
Quality Control Engineer
Testing & Commissioning:
Commissioning Engineer (Electrical)
The contractor shall provide materials or procurement engineer,
necessary safety engineer/s and foremen. The Contractor shall
augment the skilled personnel when necessary.
Note: Project Manager and Engineers shall have a PRC License.
7.4(c)
1.
2.
7.7
No further instructions.
8.1
9.1
Note:
The total amount of liquidated damages shall not exceed ten
percent (10%) of the amount of the contract. The Procuring Entity
shall deduct liquidated damages from payments due to the
Contractor.
10
12.3
No further instructions.
12.5
12.6
Amount of Warranty
Security (in Percentage
(%) of Total Project
Price)
Commission
The Contractor shall provide Five (5) years performance security
after the performance test of the solar PV project with a warranty
security for the performance of Solar PV System equivalent to One
Hundred (100) percent of the guaranteed annual generation.
In case the Solar PV system fails to meet the required annual
energy generation as specified below, PNOC RC shall deduct the
revenue equivalent to short fall energy generation multiplied by
Php 9.50 per Kw-hr from the warranty security.
Palma Hall
Period
1st year
124,848.00
1,186,056.00
118,605.60
1,126,753.20
112,363.20
1,067,450.40
108,617.76
825,494.99
Melchor Hall
Period
1st year
124,848.00
1,186,056.00
118,605.60
1,126,753.20
112,363.20
1,067,450.40
108,617.76
1,031,868.72
Quezon Hall
Period
1st year
49,939.20
474,442.4
47,442.24
450,701.28
89
44.945.28
426,980.16
43,447.10
412,747.45
13
18.3(h)(i)
No further instructions
21.2
29.1
31.1
31.3
34.3
39.1
and detailed
39.5
40.1
40.3
51.1
51.2
93
Section VI . Specifications
(Term s of R eference)
94
Project Description
This specification covers the general technical and associated requirements for the Design,
Supply, Delivery, Installation, Testing and Commissioning and Operation & Maintenance of
240kWp UP Diliman Grid-tied Rooftop Solar Photovoltaic (PV) Project, including
but not limited to, necessary solar panels, power inverters/power conditioning units,
monitoring system, control & instrumentation system, harmonic and surge filters, lightning
and grounding system, structural support, appropriate interconnection lines and its
appurtenances, metering systems, among others, for the safe and reliable operation of the
solar Photovoltaic (SOLAR PV) power system. Other materials and parts which are not
specifically mentioned herein but are necessary for the proper assembly, installation, and
safe operation of the equipment shall be furnished including special tools and all required
spare parts and consumables during the warranty period.
Equipment shall essentially be the standard products of the manufacturer which best meets
the applicable international and regulatory standards. The Contractor shall accept full
responsibility for its work in the design, installation, performance, qualifications,
specifications, documentation, reports, fabrication, corrosion protection, cleaning, shop
testing and materials handling. Field testing and commissioning including the warranty
provisions shall comply with the applicable codes and standards and the requirements of this
specification, respectively.
Workmanship shall be of first class quality and in accordance with the best modern
engineering practice for the manufacture, installation, assembly and test of all equipment
and materials, notwithstanding any omissions from the specifications and drawings to
ensure quality workmanship. Only qualified technicians shall be employed by the contractor.
All necessary corrections and deviations from the specifications of the equipment arising
either from error in the workmanship or design made by the manufacturer/contractor with
the resulting extra expenses and related damages shall be solely charged to the account of
the Contractor.
GS-2.0
Project Location
The project is located at Rooftop Palma, Melchor and Quezon Halls of UP
Diliman, Quezon City, 1100 Metro Manila
Drawing /Table No. PNOCRC-DR-SP-01-A1-Palma Hall, Drawings of the
tender document shows the map and photos of the project site.
Drawing /Table No. PNOCRC-DR-SP-01-A1-Melchor Hall, Drawings of the
tender document shows the map and photos of the project site.
Drawing /Table No. PNOCRC-DR-SP-01-A1-Quezon Hall, Drawings of the
tender document shows the map and photos of the project site.
95
GS-3.0
GS-3.1
The SOLAR PV - Power System Project has an estimated total area of about 1,858
square meters (m2) located at the rooftops of UP Diliman in Quezon City, 1100
Metro Manila for halls mentioned below:
Palma Hall = 880 square meters,
Melchor Hall = 738 square meters
Quezon Hall = 240 square meters
GS-4.0
GS-5.0
Project Duration
The maximum duration of the project will be as follows;
GS-6.0
Operation & Maintenance Five (5) years after the acceptance of the
EPCC and Performance Test of Solar PV System. PNOC RC has the
option to renew the contract for the next Five (5) years.
The PNOC RC shall employ a Contractor who can provide the necessary
Works as generally specified herein within the contracted period and the
above specified location, using the provision of Design and Build (D/B)
scheme, in accordance with the provisions of Annex G of Philippine
Republic Act No. 9184 and its latest Implementing Rules and Regulation
(IRR).
It is not the intent of this specification to specify all technical requirements
or to set forth those requirements covered by applicable codes and
standards. The Contractor shall furnish manpower and supervision, high
quality works, materials and equipment meeting the requirements of this
specification and industry standards.
The Contractor shall deliver the following;
6.1 Engineering and Design/Implementation Plan
i. The Contractor is explicitly responsible for the engineering and
design as well as the implementation plan under this contract. The
Contractor shall be the single point of responsibility for the
engineering and design activities, including but not limited to the
following, based on its necessity;
a) Survey
b) Site Investigation (Structural assessment, electrical tapping and
other related activity)
c) Preparation of Detailed Design Plans
d) System loss calculations of the design
e) Preparation of Detailed Technical Specifications
f) Preparation of Quantity and Cost Estimates
g) Preparation of Program of Works/ Detailed Construction
Schedules in bar chart form.
h) Preparation of S-curve
h) Preparation of Estimated Cash Flow for Payment
i) Preparation of Utility Relocation Plan, if applicable.
j) Preparation and Submission of Progress - Reports
k) Preparation of minimum requirements for the Construction
Safety and Health Program
97
ii.
Wind Requirements
The Solar PV system must be designed in accordance to the latest
National Structural Code of the Philippines.
The SOLAR PV power system and equipment including the
necessary interconnection line under this contract shall withstand
the maximum wind velocity, UV radiation, temperature variations
prevailing in the area like typhoons and other natural conditions.
iii.
iv.
v.
Service Life
The SOLAR PV power system must be designed based on a
minimum service life for:
a) Solar PV modules 20 years
b) Structural support 20 years
c) Power Inverters & other appurtenances 20 years
vi.
Design Requirements
The detailed design of the solar PV system shall be based on the
following as a minimum requirement:
a) Single line diagram
100
6/6-
4/4-
6.2
Procurement,
i.
ii.
iii.
iv.
The third phase is the completion of net metering system and its
application to distribution utility and regulatory agency
x.
ii.
iii.
v.
vi.
vii. The Contractor shall identify the most convenient access and
manner of moving the equipment out of the fixed structures.
viii. The method of construction to be adopted by the Contractor shall
be approved by PNOC RC and the building owner.
The Contractor, during construction, shall avoid any interruption
to the on-going operations or activities of the building owner.
In case of damage to existing properties/structures during
construction/installation, the Contractor, at his own expense, shall
restore the damaged properties/structures into equivalent or
better conditions prior to the occurrence of the damage of
structures/properties with NO ADDITIONAL PAYMENT BY PNOC
RC.
iii.
iv.
v.
The Contractor shall supply and deliver all required spare parts
including labor and shoulder all associated expenses necessary for
any repair works during the warranty period.
vi.
The Contractor shall supply and deliver all special tools and
appliances as recommended by the manufacturer.
vii. The Contractor shall submit three (3) sets of hard copy Operation
and Maintenance Manual including 2 sets of electronic copies in
DVDs to be submitted two (2) weeks after the testing and
commissioning. Operation and Maintenance Manuals shall include
Part, List and Preventive Maintenance Schedule during the
operating life of the Solar PV power system.
viii. The Contractor or its sub-supplier shall provide classroom and
actual training within one (1) week after the testing and
commissioning of the system for at least three (3) PNOC
personnel on the operation, maintenance, and/or repair of the
supplied equipment. All necessary cost in facilitating such training
shall bear by contractor.
ix.
The Contractor must maintain the project site safe and clean
during construction and after the completion of the project
covered by the contract.
x.
6.6
shall then proceed with the tests and shall submit copy of test
reports to PNOC RC within ten (10) calendar days after the conduct
of the tests.
vii. All testing equipment that will be used shall be duly calibrated and
certified by accredited third party testing and calibration. Valid
Calibration certificate for all testing equipment that will be used at
site shall be provided to PNOC RC by the contractor. All necessary
calibration shall be shouldered by the contractor.
6.7
Pre-commissioning Test;
b)
c)
Performance test
Note:
The above stated testing shall be complied first before the project
handover. All tests shall be reflected in the inspection test plan to
be prepared by the contractor. The commissioning test of the
solar PV system shall be minimum of seven (7) calendar days.
The performance testing of the solar PV system shall be minimum
of thirty (30) calendar days after the testing and commissioning
test.
i.
ii.
iii.
107
iv.
v.
vi.
6.8
grounding,
power,
PERFORMANCE WARRANTY
i.
108
1st year
2nd to 5th year
6th to 10th year
11th to 15th year
Palma Hall
kwhr
124,848.00
118,605.60
112,363.20
108,617.76
109
GS-7
a)
b)
c)
7.1
General
All drawings submitted by the Contractor or by any sub-Supplier shall
contain in the lower right-hand corner, in addition to the Suppliers
name, the date, drawing scale, drawing number and title.
Drawing Title Blocks per PNOC RC standard specifications shall be
provided to the Contractor during the contract stage.
All drawings submittal shall be in A3 and/or A1 size depending on the
agreed format and/or requirement of the receiving government
agency.
The drawings shall be adequate to demonstrate full compliance with
the Contract requirements and provide PNOC RC complete
understanding of the equipment and its associated auxiliaries and
associated works.
All information, notes and data shall be written in English language.
7.2
The Contractor shall provide three (3) hard copies of the O&M Manuals
(including two (2) electronic copies in DVDs) required for all major
components of the SOLAR PV - power system supplied under this
Contract, at least fifteen (15) - calendar days after performance test.
The O&M Manuals shall be written in English. Covers and binders to be
used for the manuals shall be robust and oil-resistant.
O&M Manuals shall be furnished by the Contractor and assembled on
standard metric A4 sheets. Drawings and diagrams that is not readable
in A4 shall be prepared in A3 sheets folded to A4. Manuals shall
contain data relevant to the system design and its installation, start-up,
operation, lay-out, preventive maintenance, troubleshooting, testing
and repair. Drawings and schedules which are to be bound into the
manual shall also be in A4 size.
The descriptions shall not be general or applicable to any type and size
of Suppliers equipment, but shall be specific with (whenever possible)
references to drawings submitted by the Contractor.
The following requirement shall be included but not limited to:
i.
ii.
iii.
Terms of Payment
The contractor shall be paid on a monthly basis after every end of the
month of Twenty Two Thousand Pesos (Php 22,000) only, in a total of
Two Hundred Sixty Four Thousand Pesos (Php 264,000.00) only
annually per 240KWp. The contractor shall submit their billing with
attached Performance Report.
114
TS 1.1
provide
safety
the
energy
TS 2.0
2.1
Area of Installation
The project has the following available area for Rooftop Solar PV
installation:
2.1.1 Palma Hall = 880 square meters
2.1.2 Melchor Hall = 738 square meters
2.1.3 Quezon Hall = 240 square meters
116
3.1
4.2
The Solar PV power system modules shall be mounted on corrosionresistant metal structures anchored on concrete or bolted/welded to
metal pedestals on the roof.
4.3
4.4
4.5
design
shall
conform
to
following
Mechanical
a) Toughened
b) Low iron content
c) High transmissivity from glass.
d) Anodized Aluminum Frame.
e) Ethyl Vinyl Acetate (EVA) encapsulating.
f) Tedlar/Polyester trilaminate back surface.
g) ABS plastic terminal box for the module output termination with
gasket to prevent water & moisture.
h) Resistant to water, abrasion hail impact, humidity & other
environment factors for the worst situation at site.
4.7
4.8
Module Junction box (weather proof), where the module terminals shall
be interconnected and output taken, shall be designed for long life
outdoor operation in harsh environment as per the relevant
specifications and protection against surges. It should have a provision
for Opening for replacing the cable, if required.
4.9
Anchor bolts and piping shall be hot dip galvanized with minimum coat
thickness of 3 mils as per ASTM A 386/123 or equivalent approved
metallic alloy bolts of adequate strength and appropriate design where
the structural supports are to be anchored.
5.3
5.4
5.5
All nuts and bolts should be made of good quality corrosion resistant
metals.
5.6
5.7
5.8
The minimum clearance of the lowest part of the module structure and
the developed ground level shall be manufacturers standard.
5.9
The support structure and related installation shall consider and prevent
different metal reaction which will cause degradation to the materials.
Appropriate protection and standard method shall be conducted to
prevent such cause.
5.10 The bidder shall specify installation details of the PV modules and the
support structures with appropriate diagrams and drawings. The work
shall be carried out in accordance with applicable standards and
regulations and as per approved by PNOC RC and building owner.
119
TS 8.0
DC & AC Switches
8.1
8.2
TS 9.0
9.2
9.3
9.4
TS 10.0
122
TS 11.0
IP Camera System
The contractor shall provide at least two (2) 1080P HD resolution fixed
type IP camera with Network Video Recorder (NVR) and all necessary
cabling Installation and commissioning of the said system shall be part
of the contractors responsibility and account.
Location of the IP camera system per project site shall be identify by
the contractor and approved by PNOC RC.
TS 12.0
Warranty
The warranty security shall be in accordance to Special Condition of
Contract (SCC) under section 12.5 and 12.6.
TS 13.0
TS 14.0
Energy Generation
Cost
(Kw-hr)
(Php)
123
1st year
124,848.00
1,186,056.00
118,605.60
1,126,753.20
112,363.20
1,067,450.40
108,617.76
1,031,868.72
Energy Generation
Cost
(Kw-hr)
(Php)
1st year
124,848.00
1,186,056.00
118,605.60
1,126,753.20
112,363.20
1,067,450.40
108,617.76
825,494.99
Energy Generation
Cost
(Kw-hr)
(Php)
1 year
49,939.20
474,442.4
47,442.24
450,701.28
44.945.28
426,980.16
43,447.10
412,747.45
nd
th
to 5 year
Melchor Hall
Period
Quezon Hall
Period
st
Interconnectivity Requirements
The interconnection line shall be connected to the electrical system of
the selected building roof of installation. The prospective bidder shall
conduct his own inspection and due diligence to determine the
different parameters for interconnectivity requirements prior to
submission of his tender proposal. Bidders shall coordinate with
Distribution Utility (DU) to be properly guided with the Net metering
requirements and implementations.
The Contractor has the option to use a transformer to match electrical
characteristic and configuration of the tapping point at the main
124
TS 16.0
Internet Connection
The contractor shall provide internet connection for one (1) before the
turned over to PNOC RC. These shall be used for the web access and
CCTV for the monitoring of the operation of the Solar PV system.
125
126
TABLE OF CONTENTS
ITEM
NO.
PARTICULAR
PAGE NO.
A.
B.
PP. 131
C.
D.
BALANCE OF SYSTEM
PP. 138
127
GS6.2
Engineering and
design/implementation
plan
Engineering and
design/implementation plan
Wind requirements
Operating characteristics of the
solar pv power system
kw-hr revenue metering system
for the solar pv project
Service life
Design requirements
Work Scheduling for the
Engineering, Procurement,
Construction, Testing and
Commissioning.
GS 6.1,i
GS 6.1,ii
GS 6.1,iii
GS 6.1,iv
GS 6.1,v
GS 6.1,vi
GS 6.2,i
GS 6.2,ii
GS 6.2,iii
GS 6.2,iv
GS6.3
GS 6.3,i
GS 6.3,ii
GS 6.3,iii
GS 6.3,iv
GS 6.3,v
GS 6.3,vi
GS 6.3,vii
GS 6.3,viii
GS 6.3,ix
GS 6.3,x
GS6.4
GS 6.4,i
GS 6.4,ii
GS 6.4,iii
GS 6.4,iv
GS 6.4,v
GS 6.4,vi
GS 6.4,vii
GS 6.4,viii
Construction
and
Installation Requirements
GS6.5
GS 6.5,i
GS 6.5,ii
GS 6.5,iii
128
BID OFFER
GS6.6
GS 6.6, i
GS 6.6, ii
GS 6.6,iii
GS 6.6,iv
GS 6.6,v
GS 6.6,vi
GS 6.6,vii
GS6.7
GS 6.7,i
GS 6.7,ii
GS 6.7,iii
GS 6.7,iv
GS 6.7,v
GS 6.7,vi
GS 6.7,vii
GS 6.7,viii
GS7.1
General
GS 7.1,i
GS7.2
GS7.3
GS7.4
Drawings
and
Other
Documents to be submitted
with the Bid
GS 7.2,i
GS 7.2,ii
GS 7.2,iii
GS 7.2,iv
GS 7.2,v
GS 7.2,vi
GS 7.2,vii
GS 7.2,viii
GS 7.2,ix
GS 7.2,x
Contractors Subsupplier/manufacturer
drawings
GS 7.3
GS 7.4
GS 7.4,i
GS 7.4,ii
GS 7.4,iii
GS 7.4,iv
GS 7.5
NOTES:
129
BID OFFER
1.
Bidder shall indicate its compliance to PNOC RCs Technical Requirements on the column marked BID OFFER
by using ONLY the words COMPLY or FOLLOWED. Symbols or characters such as DITTO or
QUOTATION MARKS are NOT ACCEPTABLE. Should the Bidder deviate from PNOC RCs requirements, it shall
indicate the exact offer on the space provided. Supporting documentation and technical brochures must be
provided.
2.
In case the provided spaces are not enough, use additional sheet and indicate SEE ATTACHED on the space
provided.
3.
4.
Failure to provide the necessary information/data required in this Technical Data Sheet may cause the
disqualification of bid.
Bidders Name:
Authorized Signatory:
Designation:
Signature:
Date:
130
REQUIREMENTS
BID OFFER
TS 1.0
TS 1.1
TS 2.0
TS 3.0
TS 4.0
TS 5.0
TS 6.0
TS 7.0
TS 8.0
TS 9.0
TS 10.0
TS 11.0
TS 12.0
TS 13.0
TS 14.0
TS 15.0
TS 16.0
NOTES:
1.
Bidder shall indicate its compliance to PNOC RCs Technical Requirements on the column marked BID OFFER
by using ONLY the words COMPLY or FOLLOWED. Symbols or characters such as DITTO or
QUOTATION MARKS are NOT ACCEPTABLE. Should the Bidder deviate from PNOC RCs requirements, it shall
indicate the exact offer on the space provided. Supporting documentation and technical brochures must be
provided.
2.
In case the provided spaces are not enough, use additional sheet and indicate SEE ATTACHED on the space
provided.
3.
4.
Failure to provide the necessary information/data required in this Technical Data Sheet may cause the
disqualification of bid.
Bidders Name:
Authorized Signatory:
Designation:
Signature:
131
Date:
REQUIREMENTS
PV MODULES
PV Module brand (Tier 1)
By Contractor
250-270 Watts
30-32 V
8.2-8.8 A
37-39 V
7.15-9.4 A
Module Efficiency
15% minimum
Operating Temperature
-40-+85 C
Power Tolerance
-3% minimum
-0.4%/C minimum
-0.3%/C minimum
132
BID OFFER
2.0
REQUIREMENTS
-0.05%/C minimum
Dimension
By Contractor
Weight
By Contractor
Current/Voltage Curves
By Contractor
No. of Modules
Contractor to indicate
By Contractor
4 units,
25kW per unit, minimum
(Melchor Hall)
4 units,
25kW per unit, minimum
(Palma Hall)
2 units
20kW per unit, minimum
(Quezon Hall)
Type
Wall-mounted
Display Output
Required
Output Frequency
60 Hz
Output Waveform
Sine Wave
133
BID OFFER
Three Phase
Input Current
By Contractor
Output Current
By Contractor
Power Factor
0.9 minimum
Efficiency
97% minimum
Overcurrent Protection
Required
Required
By Contractor
Output Voltage
By Contractor
Maximum
(MPPT)
3.0
REQUIREMENTS
Power
Point
Tracker Required.
specify.
Contractor
BID OFFER
to
INTERCONNECTION POINT
134
REQUIREMENTS
AC COMBINER
500 AF (Melchor Hall)
500 AF (Palma Hall)
Panel Capacity
CIRCUIT BREAKER
PER IEC 60947 PART I-III;
IS 60947 PART I-III;
EN 50521
Compliance
Phase
Three Phase
6.0
CABLES
6.1
DC Power Cables
Sizing by Contractor. To
comply
with
Philippine
Electrical Code and other
applicable
regulatory
requirements
6.2
AC Power Cables
Sizing by Contractor. To
comply
with
Philippine
Electrical Code and other
applicable
regulatory
requirements
6.3
General
Test
and
135
BID OFFER
REQUIREMENTS
BID OFFER
Method
6.4
Insulation
6.4.1
7.0
SYSTEM TRANSFORMER
GENERAL
Up to 1100 V, UV Resistant
for Outdoor Installation
OUTPUT
TO
MATCH
TAPPING
POINT
CONFIGURATION, 240V, 3
PHASE, DELTA, 60HZ.
CONTRACTOR
VERIFY AT SITE.
TO
CAPACITY
CONTRACTOR TO SPECIFY
MANUFACTURER
CONTRACTOR TO INDICATE
TYPE
STANDARD
ANSI, IEEE
COOLING
SELF-COOLED
MOUNTING
136
REQUIREMENTS
ENCLOSURE
DISCONNECT
TIMER
BID OFFER
MINIMUM NEMA 3R
SWITCH
WITH
REQUIRED
NOTES:
1. Bidder shall indicate its compliance to PNOC RCs Technical Requirements on the column
marked BID OFFER by using ONLY the words COMPLY or FOLLOWED.
Symbols or characters such as DITTO or QUOTATION MARKS are NOT
ACCEPTABLE. Should the Bidder deviate from PNOC RCs requirements, it shall indicate
the exact offer on the space provided. Supporting documentation and technical brochures
must be provided.
2. In case the provided spaces are not enough, use additional sheet and indicate SEE
ATTACHED on the space provided.
3. Unless otherwise specified, requirements indicated above are minimum.
4. Failure to provide the necessary information/data required in this Technical Data Sheet
may cause the disqualification of bid.
Bidders Name:
Authorized Signatory:
Designation:
Signature:
Date:
137
BALANCE OF SYSTEM
DESCRIPTION
REQUIREMENTS
1.
SWITCHES
/
CIRCUIT PER IEC 60947 PART I,II, III
IS 60947 PART I,II,III
BREAKERS / CONNECTORS
EN 50521
2.
JUNCTION
BOXES
/
ENCLOSURES
FOR IP 65 FOR OUTDOOR, IEC
INVERTERS
/
CHARGE
IP 21 FOR INDOOR, IEC
CONTROLLERS
BID OFFER
NOTES:
1. Bidder shall indicate its compliance to PNOC RCs Technical Requirements on the
column marked BID OFFER by using ONLY the words COMPLY or
FOLLOWED. Symbols or characters such as DITTO or QUOTATION
MARKS are NOT ACCEPTABLE. Should the Bidder deviate from PNOC RCs
requirements, it shall indicate the exact offer on the space provided. Supporting
documentation and technical brochures must be provided.
2. In case the provided spaces are not enough, use additional sheet and indicate
SEE ATTACHED on the space provided.
3. Unless otherwise specified, requirements indicated above are minimum.
4. Failure to provide the necessary information/data required in this Technical Data
Sheet may cause the disqualification of bid.
Bidders Name:
Authorized Signatory:
Designation:
Signature:
Date:
138
139
ITEM PARTICULARS
WORDS
A
PV Module
Power
Conditioning
(PCU/inverter)
Net Metering
Structural Supports
Inspection,
Testing
Commissioning
O&M Training
Special Tools
Unit/s
and
SUB- TOTAL
VAT & OTHER TAXES
GRAND TOTAL
140
FIGURE ()
BID TOTAL
WORDS):
(AMOUNT
IN
___________________________________________________________
___________________________________________________________
141
GFC Drawings
Bar Chart
S-Curve
Pert CPM
Material Take-Off
Insurance
and
Performance Bond
QUANTITY
Sub-total
VAT and Other Taxes
Total (A)
Total (A) amount in words
142
UNIT
MEASURE
QUANTITY
Mobilization
Demobilization
Securing of Permits
Site
Survey
Investigation
Temporary Facilities
Insurance
and
Performance Bond
and
Sub-total
VAT and Other Taxes
Total (B)
Total (B) amount in words
143
UNIT
MEASURE
C). PV MODULE
ITEM PARTICULARS
1
PV Module
Accessories
Handling
delivery
Installation
Others
QUANTITY
and
Sub-total
VAT and Other Taxes
Total (C)
Total (C) amount in words
144
UNIT
MEASURE
Inverter
MPPT
Handling
delivery
Installation
Others
QUANTITY
UNIT
MEASURE
and
Sub-total
VAT and Other Taxes
Total (D)
Total (D) amount in words
Note:
The Bid Price Schedule shall include as part of the above list all other
materials not specifically mentioned but are necessary for the proper
assembly, installation, safe and efficient operation of the plant.
145
QUANTITY
Cable Gland
3.
Conduit
4.
Cable tray
Accessories
Handling
delivery
Installation
Others
UNIT
MEASURE
and
Sub-total
VAT and Other Taxes
Total (E)
Total (E) amount in words
Note:
The Bid Price Schedule shall include as part of the above list all other
materials not specifically mentioned but are necessary for the proper
assembly, installation, safe and efficient operation of the plant.
146
F).
ELECTRICAL, INSTRUMENTATION & MONITORING SYSTEM AND
PROTECTION DEVICE/S
ITEM PARTICULAR
QUANTITY
Electrical system
Instrumentation and
Monitoring
Protection Device/s
Handling
delivery
Installation
Others
UNIT
MEASURE
and
Sub-total
VAT and Other Taxes
Total (F)
Total (F) amount in words
Note:
The Bid Price Schedule shall include as part of the above list all other
materials not specifically mentioned but are necessary for the proper
assembly, installation, safe and efficient operation of the plant.
147
G)
NET METERING
ITEM PARTICULAR
QUANTITY
Metering Device/s
Distribution Impact
Study / Distribution
Asset
Study
(DIS/DAS)
Application Fee
Handling
delivery
Installation
meter/s
Others
UNIT
MEASURE
and
of
Sub-total
VAT and Other Taxes
Total (G)
Total (G) amount in words
Notes:
1. The Bid Price Schedule shall include as part of the above list all other
materials not specifically mentioned but are necessary for the proper
assembly, installation, safe and efficient operation of the plant.
2. The total net metering cost shall not be less than 1.5% of the total
project cost.
148
H)
STRUCTURAL SUPPORTS
ITEM PARTICULAR
QUANTITY
Structural Materials
Mounting kits
Handling
delivery
Installation
Others
UNIT
MEASURE
and
Sub-total
VAT and Other Taxes
Total (H)
Total (H) amount in words
Note:
The Bid Price Schedule shall include as part of the above list all other
materials not specifically mentioned but are necessary for the proper
assembly, installation, safe and efficient operation of the plant.
149
Testing
and
Commissioning (including
performance test)
QUANTITY
UNIT
MEASURE
Sub-total
VAT and Other Taxes
Total (I)
Total (I) amount in words
Note:
The Bid Price Schedule shall include as part of the above list all other
materials not specifically mentioned but are necessary for the proper
assembly, installation, safe and efficient operation of the plant.
150
PARTICULARS
QUANTITY
UNIT
MEASURE
QUANTITY
UNIT
MEASURE
Sub-total
VAT and Other Taxes
Total (J)
Total (J) amount in words
LOT
Sub-total
VAT and Other Taxes
Total (K)
Total (K) amount in words
151
152
b. Class B Document
2.
TECHNICAL DOCUMENTS
Bid Security, in any of the prescribed form under ITB Clause 18.
o PNOCRC-SF-INFRA-T01B
partnership/corporation/joint venture
following supporting documents;
with
for
the
Solar PV Panels;
ii.
iii.
iv.
155
156
ORGANIZATIONAL CHART
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
__________________________________
Name of Bidder
157
1.
2.
3.
4.
5.
6.
Particulars
Total Assets
Current Assets
Total Liabilities
Current Liabilities
Net Worth (Item 1- Item 3)
Net Working Capital (Item 2-Item 4)
Year ______
_____________________________________________
Name of the Contractor
_____________________________________________
Signature of Authorized Representative
_____________________________________________
Date
Note: Of partnership or joint venture, each party or member firm of joint venture shall submit the
above requirement
158
ACKNOWLEDGEMENT
REPUBLIC OF THE PHILIPPINES)
) S.S.
BEFORE ME, a Notary Public for and in the above jurisdiction, this _____ day
of ________________ 20____, personally appeared:
Name
Proof of Identification
Date/Place Issued
known to me and to me known to be the same persons who executed the foregoing
instrument, and they acknowledged to me that the same is their own free and
voluntary act and deed as well as the free and voluntary act and deed of the
corporation represented herein and that they are duly authorized to sign the same.
This instrument consisting of _____ pages, including this page whereon the
acknowledgement clause is written, signed by the parties and their instrumental
witnesses on each and every page hereof, sealed with my notarial seal, refers to a
Consultancy Agreement.
WITNESS MY HAND AND SEAL on the date and at the place first abovewritten.
Notary Public
Until 31 December 20___
PTR No. _____________
Issued at _____________
Issued on ____________
TIN No. ______________
Doc. No. _______;
Page No. _______;
Book No. _______;
Series of 20_____.
159
of
That these Parties agree to join together their capital, manpower, equipment, and
other resources and efforts to enable the Joint Venture to participate in the Bidding and
Undertaking of the hereunder stated Contract for the PNOC Renewables Corporation.
NAME OF PROJECT
CONTRACT AMOUNT
That the capital contribution of each member firm:
1.
2.
NAME OF FIRM
CAPITAL CONTRIBUTION
That both Parties agree to be jointly and severally liable for their participation in the
Bidding and Undertaking of the said Contract.
That both Parties agree that __________________ and/or _________________ shall
be the Official Representative of the Joint Venture, and are granted full power and authority
to do, execute and perform any and all acts necessary and/or represent the Joint Venture in
the Bidding and Undertaking of the said Contract, as fully and effectively and the Joint
Venture may do and if personally present with full power of substitution and revocation.
That this JOINT VENTURE AGREEMENT shall remain in effect only for the above
stated Contract until terminated by both Parties.
______________________________
_______________________________
160
______________________________
Official Designation
_______________________________
Official Designation
______________________________
Name of Firm
_______________________________
Name of Firm
Witness:
1. _____________________________
2. _______________________________
161
Bid Form
Date: ___________________
To:
162
(g) Our firm, its affiliates or subsidiaries, including any subcontractors or suppliers
for any part of the Contract, has not been declared ineligible by the Funding
Source;
(h) We understand that this Bid, together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract
between us, until a formal Contract is prepared and executed; and
(i) We understand that you are not bound to accept the Lowest Evaluated Bid or
any other Bid that you may receive.
Name:
In the capacity of:
Signed:
Duly authorized to sign the Bid for and on behalf of:
Date: ___________
163
BILL OF QUANTITIES
Design, Supply, Delivery, Installation, Testing and Commissioning and Operation &
Maintenance of 240-KWp Grid-tied Rooftop Solar Photovoltaic (PV) Project
Description
Item
No.
Qty
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
_________________________________
Name of Bidder
164
Unit
Unit
Price
(Php)
Total
Amount
(Php)
DETAILED ESTIMATES
Item
No.
a
Particulars
B
Direct
Cost
C
In-direct
Cost
D
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
_________________________________
Name of Bidder
165
Contingency
Total Cost
d=(c+d+e)
PARTICULARS
%
WT
MONTHS
1ST
2ND
3RD
4TH
TARGET
ACCOMPLISHMENT
CASH FLOW
CUMULATIVE
ACCOMPLISHMENT
CUMULATIVE
CASH FLOW
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
_________________________________
Name of Bidder
166
5TH
6TH
7TH
8TH
9TH
10TH
167
168
ACKNOWLEDGEMENT
REPUBLIC OF THE PHILIPPINES)
) S.S.
BEFORE ME, a Notary Public for and in the above jurisdiction, this _____ day
of ________________ 20____, personally appeared:
Name
Proof of Identification
Date/Place Issued
known to me and to me known to be the same persons who executed the foregoing
instrument, and they acknowledged to me that the same is their own free and
voluntary act and deed as well as the free and voluntary act and deed of the
corporation represented herein and that they are duly authorized to sign the same.
This instrument consisting of _____ pages, including this page whereon the
acknowledgement clause is written, signed by the parties and their instrumental
witnesses on each and every page hereof, sealed with my notarial seal, refers to a
Consultancy Agreement.
WITNESS MY HAND AND SEAL on the date and at the place first abovewritten.
Notary Public
Until 31 December 20___
PTR No. _____________
Issued at _____________
Issued on ____________
TIN No. ______________
Doc. No. _______;
Page No. _______;
Book No. _______;
Series of 20_____.
169
the Bids and Awards Committee (BAC), the Technical Working Group, and the
BAC Secretariat, the head of the Project Management Office or the end-user
unit, and the project consultants by consanguinity or affinity up to the third
civil degree;
Procuring Entity, members of the Bids and Awards Committee (BAC), the
Technical Working Group, and the BAC Secretariat, the head of the Project
Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
8. [Name of Bidder] is aware of and has undertaken the following responsibilities
as a Bidder:
a) Carefully examine all of the Bidding Documents;
b) Acknowledge all conditions, local or otherwise, affecting the
implementation of the Contract;
c) Made an estimate of the facilities available and needed for the contract to
be bid, if any; and
d) Inquire or secure Supplemental/Bid Bulletin(s) issued for the [Name of the
Project].
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__
at ____________, Philippines.
_____________________________________
Bidders Representative/Authorized Signatory
171
ACKNOWLEDGEMENT
REPUBLIC OF THE PHILIPPINES)
) S.S.
BEFORE ME, a Notary Public for and in the above jurisdiction, this _____ day
of ________________ 20____, personally appeared:
Name
Proof of Identification
Date/Place Issued
known to me and to me known to be the same persons who executed the foregoing
instrument, and they acknowledged to me that the same is their own free and
voluntary act and deed as well as the free and voluntary act and deed of the
corporation represented herein and that they are duly authorized to sign the same.
This instrument consisting of _____ pages, including this page whereon the
acknowledgement clause is written, signed by the parties and their instrumental
witnesses on each and every page hereof, sealed with my notarial seal, refers to a
Consultancy Agreement.
WITNESS MY HAND AND SEAL on the date and at the place first abovewritten.
Notary Public
Until 31 December 20___
PTR No. _____________
Issued at _____________
Issued on ____________
TIN No. ______________
Doc. No. _______;
Page No. _______;
Book No. _______;
Series of 20_____.
172
: ________________________________
Contract Person
: ________________________________
Designation
: ________________________________
Contact No/s.
: ________________________________
Email Address
: ________________________________
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
__________________________________
Name of Bidder
Note: Attached bio-data and work experience of at least two (2) of its personnel in the Local Service
Center.
173
OUTLINE
(NARATIVE DESCRIPTION OF CONSTRUCTION METHODS)
1.0
EXECUTIVE SUMMARY
2.0
3.0
3.4
174
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
__________________________________
Name of Bidder
175
CONSTRUCTION SCHEDULE
(BAR CHART / S-CURVE)
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
__________________________________
Name of Bidder
176
(Design, Supply, Delivery, Installation, Testing and Commissioning and Operation &
Maintenance of 240KWp Grid-tied Rooftop Solar Photovoltaic (PV) Project)
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
__________________________________
Name of Bidder
177
CATEGORY
MONTH
5
6
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
__________________________________
Name of Bidder
Note: This form can be modified (weekly or monthly). State the manpower utilization schedule of
skilled and unskilled workers, including the Project Manager, Project Engineers, Foremen, etc.
178
10
NAME OF PERSONNEL:
POSITION/TITLE IN PROJECT ORGANIZATION:
EDUCATION:
PROFESSIONAL LICENSE:
TRAININGS / SEMINARS
WORK EXPERIENCES:
RESIDENCE / ADDRESS
CONTACT NO.:
AGE:
RELIGION:
REFERENCES:
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
__________________________________
Name of Bidder
179
DESCRIPTION
MODEL
/YEAR
CAPACITY
/RATING
PLATE
NO.
MOTOR
/BODY
NO.
A. Owned
1.
LOCATI
ON
CONDITIO
N
PROOF OF
OWNERSHIP
/ LESSOR
/VENDOR
2
3
4.
B. Leased
1.
2.
3.
4.
C. Under
Purchase
1.
2.
3.
4.
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
__________________________________
Name of Bidder
Note: This form shall be supported by proof(s) of ownership (for owned equipment), certification of
availability of equipment from the lessor and/or vendor (for equipment to be leased or to be
purchased).
180
MONTH
5
6
Submitted By:
__________________________________
Name Bidders Authorized Representative
__________________________________
Signature of Authorized Representative
_________________________________
Name of Bidder
Note: This form can be revised into weekly schedule, if applicable.
181
10
AFFIDAVIT
(SITE INSPECTION)
REPUBLIC OF THE PHILIPPINES )
CITY/MUNICIPALITY OF ______ ) S.S.
AFFIDAVIT
1. That I am the (Position in the Bidder) of the (Name of the Bidder), with office at
(Address of the Bidder);;
2. That I have inspected the site for (Name of Contract), located at (Location of
Site);
3. That I am making this statement as part of the requirement for the Technical
proposal of (Name of Bidder) for (Name of the Contract).
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__
at ____________, Philippines.
___________________________________
Bidders Representative/Authorized Signatory
182
ACKNOWLEDGEMENT
REPUBLIC OF THE PHILIPPINES)
) S.S.
BEFORE ME, a Notary Public for and in the above jurisdiction, this _____ day
of ________________ 20____, personally appeared:
Name
Proof of Identification
Date/Place Issued
known to me and to me known to be the same persons who executed the foregoing
instrument, and they acknowledged to me that the same is their own free and
voluntary act and deed as well as the free and voluntary act and deed of the
corporation represented herein and that they are duly authorized to sign the same.
This instrument consisting of _____ pages, including this page whereon the
acknowledgement clause is written, signed by the parties and their instrumental
witnesses on each and every page hereof, sealed with my notarial seal, refers to a
Consultancy Agreement.
WITNESS MY HAND AND SEAL on the date and at the place first abovewritten.
Notary Public
Until 31 December 20___
PTR No. _____________
Issued at _____________
Issued on ____________
TIN No. ______________
Doc. No. _______;
Page No. _______;
Book No. _______;
Series of 20__
183
1st year
(Kw-hr)
2nd to 5th
year
6th to 10th
year
(Kw-hr)
(Kw-hr)
118,606/year
112,364/year
January
February
March
April
May
June
July
August
September
October
November
December
TOTAL
124,848/year
184
108,618/year
1st year
(Kw-hr)
2nd to 5th
year
6th to 10th
year
(Kw-hr)
(Kw-hr)
118,606/year
112,364/year
January
February
March
April
May
June
July
August
September
October
November
December
TOTAL
124,848/year
185
108,618/year
1st year
(Kw-hr)
2nd to 5th
year
6th to 10th
year
11th to 5th
year
(Kw-hr)
(Kw-hr)
(Kw-hr)
44,946/year
43,448/year
January
February
March
April
May
June
July
August
September
October
November
December
TOTAL
49,940/year
47,443/year
186
187
Draw ing No: P NOCR C-DR-SP -02-A1-P age 1/ 7-P alm a Hall
188
Draw ing No: P NOCR C-DR-SP -02-A1-P age 2/ 7-P alm a Hall
189
Draw ing No: P NOCR C-DR-SP -02-A1-P age 3/ 7-P alm a Hall
190
Draw ing No: P NOCR C-DR-SP -02-A1-P age 4/ 7-P alm a Hall
191
Draw ing No: P NOCR C-DR-SP -02-A1-P age 5/ 7-P alm a Hall
192
Draw ing No: P NOCR C-DR-SP -02-A1-P age 6/ 7--P alm a Hall
193
Draw ing No: P NOCR C-DR-SP -02-A1-P age 7/ 7--P alm a Hall
194
195
Draw ing No: P NOCR C-DR-SP -02-A1-P age 1/ 7-M elchor Hall
196
Draw ing No: P NOCR C-DR-SP -02-A1-P age 2/ 7-M elchor Hall
197
Draw ing No: P NOCR C-DR-SP -02-A1-P age 3/ 7-M elchor Hall
198
Draw ing No: P NOCR C-DR-SP -02-A1-P age 4/ 7-M elchor Hall
199
Draw ing No: P NOCR C-DR-SP -02-A1-P age 5/ 7-M elchor Hall
200
Draw ing No: P NOCR C-DR-SP -02-A1-P age 6/ 7-M elchor Hall
201
Draw ing No: P NOCR C-DR-SP -02-A1-P age 7/ 7-M elchor Hall
202
203
204
205
206
207
208
2.
(b)
Drawings/Plans;
(c)
Specifications;
(d)
(e)
Instructions to Bidders;
(f)
(g)
(h)
(i)
(j)
Performance Security;
(k)
(l)
(m)
3.
4.
the
the
(for the
210