GNPHO-PU-26-0001 INVITATION TO BID
The Good Neighbors International Philippines Branch, Inc., through its Bids and Awards Committee (BAC), hereby invites all interested bidders to submit bid for the Design and Build of Multi-Purpose Hall in Uwisan Elementary School:
Name of Project: Proposed Construction of Multi-Purpose Hall with Stage
Location Address: Uwisan Elementary School, Cabuyao, Laguna
Site Location: Google Map
Floor Area 260 square meters
Concept Design Click: https://docs.google.com/document/d/14ILFjr62CByLJKiLmCMFqBL4-ppk5avo/edit
General Scope of Works
1. Design Development: Coordinate with the Dep-Ed Engineer for planning and to incorporate ideas into the building design.
2. Permitting: Process and secure all necessary building permits and other regulatory approvals.
3. Construction:
A. Execute all works for the complete construction of the building as per the approved design and specifications.
B. Install Water Tank with Motorized Water Pump.
Submission of Letter of Intent
On or before January 30, 2026
Bid Submission
Bids must be received on or before February 13, 2026, 5:00 PM.
Late bids will not be accepted. (hard copy)
INSTRUCTION TO BIDDERS
PROJECT NAME: DESIGN AND BUILD OF MULTI-PURPOSE HALL FOR UWISAN ELEMENTARY SCHOOL
I. SCOPE OF WORK
a. The BIDDER shall be fully responsible for providing all necessary supervision,
labor, materials (except owner-furnished materials), tools, implements, plant,
equipment, site facilities, and all preparatory work required to complete
the above-mentioned projects, in accordance with the approved design,
specifications, and bid documents.
b. Works Included:
i. Design Development – Coordinate with the Dep-Ed Engineer to
incorporate their requirements into the preliminary and final design.
ii. Permitting – Process and secure all necessary building permits,
clearances, and regulatory approvals from relevant agencies.
iii. Construction – Execute all works for the complete
construction/renovation of the facilities as per the approved design and
specifications.
c. Exclusions – Any work not expressly mentioned in the bid documents shall
be deemed excluded unless subsequently covered by a Change Order.
II. DRAWINGS AND SPECIFICATIONS
a. Bidders shall comply with all conditions, drawings, and specifications
provided. These documents shall form part of the final contract.
i. Pre-Bid Coordination – Bidders must coordinate with the Dep-Ed
Engineer to discuss design requirements and project scope.
ii. Technical Proposal Requirements – The proposal must include
preliminary design concepts (floor plans, elevations, 3D perspectives, and
bills of quantities) reflecting stakeholder inputs. The final detailed design
is subject to approval by Good Neighbors International Philippines
(GNIP).
iii. Clarification of Bid Items – All ambiguities, conflicts, or
omissions in bid items must be clarified during the bidding period.
Failure to seek clarification implies that the bidder has accounted for
such items in their overall bid price.
III. SITE INSPECTION
a. Bidders are required to conduct a thorough site inspection to assess all
existing conditions, including but not limited to:
i. Site access, staging areas, and storage limitations
ii. Sub-surface conditions and adjacent structures
iii. Utility locations and tie-in points
iv. Safety and security considerations
v. Any other site-specific constraints
b. A Certificate of Site Inspection, signed by the bidder’s representative, must
be submitted with the bid proposal. This certificate confirms that the bidder
has reviewed the site conditions and accounted for them in their proposal.
IV. PREPARATION AND SUBMISSION OF BIDS
a. Submission Requirements – Bids must be submitted as follows:
i. Hard Copy – To be delivered to the address specified below on or before
February 13, 2026, 5:00 PM.
ii. Authorized Email Addresses:
procurement@goodneighbors.ph
teresitaching@goodneighbors.ph
visitacionapostol@goodneighbors.ph
dongchul.park@goodneighbors.ph
iii. Hard Copy Attention to & Delivery Address:
Mr. Dong Chul Park – Country Director
4th /F AIA Building, Aurora cor General Araneta, Araneta City, Socorro, Quezon City 1109
b. Bid Envelope Contents – The submission shall include:
i. Technical Proposal (Separate from Financial Proposal):
Duly signed Certificate of Site Inspection
Instructions to Bidders (acknowledged)
Bill of Quantities (PDF and Excel)
Project Schedule (Gantt Chart)
a. Construction Schedule
b. Cash Flow Forecast
c. Manpower & Equipment Schedule
Organization Chart
Key Personnel Resumes (Project Manager, Design Lead, Site
Engineer
Construction Methodology
Site Safety and Health Program
Sworn Statement of Compliance
ii. Eligibility Documents:
Company Profile
SEC/DTI Certificate
BIR Certificate of Registration (COR)
Latest Mayor’s Permit
Latest Audited Financial Statement (BIR-stamped)
Valid PCAB License (with appropriate category)
Statement of Ongoing and Completed Contracts (last 5 years)
Bank Account Verification Document (Bank Certificate/Validated
Deposit Slip/Passbook Copy.
c. Bid Validity – Bids shall remain valid for 90 calendar days from the bid
submission deadline.
d. Proposal Format – All entries must be typewritten. Erasures or alterations
must be initialed by the bidder’s authorized representative.
e. Bid Price Inclusion – The bid price shall cover all works, taxes, insurances,
permits, and incidentals required to complete the project, except as
specifically excluded.
V. CONSTRUCTION SCHEDULE
a. The project shall be completed within ninety (90) calendar days from the
issuance of the Notice to Proceed.
b. The winning bidder shall present a detailed work program to GNIP and the
Construction In-Charge before commencement.
VI. AWARD OR REJECTION OF BIDS
a. The contract shall be awarded to the bidder with the lowest calculated
responsive bid post-qualification, subject to GNIP’s evaluation.
b. GNIP reserves the right to:
i. Reject any or all bids
ii. Waive minor defects
iii. Accept bids deemed most advantageous
VII. ERRORS IN BID
a. Bidders are responsible for reviewing all documents. No claims shall be
entertained due to errors or omissions in the bid.
b. In case of discrepancies in pricing, unit prices shall prevail.
VIII. CLARIFICATIONS AND BID BULLETINS
a. All clarifications must be submitted in writing to:
MS. TERESITA G. CHING - Procurement Manager
Email: teresitaching@goodneighbors.ph
MR. ARNEL SALBATONA – Procurement Assistant Manager
Email: procurement@goodneighbors.ph
b. The deadline for bid clarification requests is February 10, 2026.
c. All bid bulletins issued shall form part of the bidding documents.
IX. CHANGES BEFORE AWARD
a. Should GNIP modify the scope before award, the bidder may be required to
adjust their proposal based on submitted unit prices.
X. BONDS
a. The winning bidder shall provide the following bonds upon contract signing:
i. Performance Bond
ii. Warranty Bond
XI. INSURANCE
a. The contractor shall obtain Contractor’s All Risk Insurance (including Third-
Party Liability) covering all works, materials, and equipment for the project
duration.
XII. TAXES
a. All applicable national and local taxes shall be included in the bid price.
XIII. TERMS OF PAYMENT
a. Down Payment – 20% of the contract sum upon submission of Performance
Bond and Notice to Proceed.
b. Progress Billings – Monthly, based on work accomplished, less 10%
retention and proportional down payment liquidation.
c. Final Payment – Retention shall be released 60 days after issuance of the
Final Acceptance Certificate, subject to submission of the Warranty Bond and
as-built drawings.
XIV. CONTRACTOR'S PERSONNEL AND SUBCONTRACTORS
a. The contractor is solely responsible for its personnel, workmen, and
subcontractors. GNIP shall not be liable for any claims arising from their
employment.
XV. SHOP DRAWINGS
a. The contractor shall submit shop drawings for items requiring detailed
design, subject to approval by Good Neighbors International Philippines
(GNIP)
b. Any delay caused by late approval shall be the contractor’s responsibility
unless due to GNIP’s inaction beyond the review period.
XVI. CLEANLINESS AND WASTE MANAGEMENT
a. The contractor shall maintain site cleanliness and proper waste disposal
throughout the project duration.
XVII. SITE SECURITY
a. The contractor shall provide and bear the cost of site security for the duration
of the works.
____________________________ ___________________________
COMPANY NAME BIDDER'S REPRESENTATIVE
___________________________ __________________________
Company Address Representative's Designation
For further information, please contact:
Mr. Arnel H. Salbatona, Procurement Assistant Manager or
Ms. Teresita G. Ching, Procurement Manager
Good Neighbors International Philippines Branch, Inc.
4 th /F AIA Bldg., Aurora Blvd. cor G, Araneta Brgy. Socorro, Cubao, Quezon City, 1109, Metro
Manila, Tel: (02) 8442 7936, Mobile: 0917-811-4197, E-mail: procurement@goodneighbors.ph