Invitation for Negotiated Procurement
(Two failed competitive biddings)
Improvement / Extension of PSHS System Training and Administration Center
- In view of the two (2) failed public biddings held last May 15, 2017 and July 06, 2017, the PHILIPPINE SCIENCE HIGH SCHOOL SYSTEM – OFFICE OF THE EXECUTIVE DIRECTOR (PSHSS-OED), through its Bids and Awards Committee (BAC), invites PhilGEPS registered interested suppliers to participate in the negotiation for the IMPROVEMENT / EXTENSION OF PSHS SYSTEM TRAINING AND ADMINISTRATION CENTER, in accordance with Section 53.1 of the Revised Implementing Rules and Regulations of the Republic Act No. 9184, otherwise known as the “Government Procurement Reform Act”.
The Approved Budget for the Contract (ABC) is ELEVEN MILLION NINE HUNDRED THOUSAND and 00/100 PESOS (Php 11,900,000.00).
For more details of this project, please refer to the TECHNICAL SPECIFICATIONS (Annex A) and TERMS OF REFERENCE (Annex B).
- The Schedule of Procurement Activities are as follow:
Activities | Date & Time |
---|---|
Posting and Availability of the Request for Proposals | July 6 to July 10, 2017 |
Negotiation Conference | July 10, 2017, 10:00 A.M. |
Issuance of Amendments / Clarifications / Addendum | July 17, 2017 |
Deadline of Submission of Bids | July 31, 2017, 9:45 A.M. |
Opening of Bids | July 31, 2017 10:00 A.M. |
The Eligibility and Technical Documents will be composed of the following:
Legal Eligibility Documents | |
---|---|
i | PhilGEPS Certificate of Registration and Membership in accordance with Section 8.5.2 of the IRR, except for foreign bidders participating in the procurement by a Philippine Foreign Service Office or Post, which shall submit their eligibility documents under Section 23.1 of the IRR, provided, that the winning bidder shall register with the PhilGEPS in accordance with Section 37.1.4 of the IRR |
ii | Form 3:
Statement of all ongoing and completed government and private contracts, including contracts awarded but not yet started, if any, whether similar or not similar in nature or complexity to the contract to be bid, from 2014 to 2017. The statement shall include, for each contract, the following: a. Name and location of the contract; |
The statement shall be supported by the notices of award and/or notices to proceed issued by the owners. | |
The statement shall be supported by the Contract of Agreement of each project. | |
iii | The statement shall be supported by the Constructor’s Performance Evaluation System (CPES) rating sheets, and/or certificates of completion and owner’s acceptance, if applicable. |
The prospective bidder should have successfully undertaken and completed similar design and construction projects / contracts costing at least 50% of the ABC from 2014 to 2017. | |
The value of the prospective bidder’s largest single completed contract, adjusted to current prices using the National Statistics Office consumer price indices available at the G-EPS website, and similar the contract be bid, must be at least fifty percent (50%) of the approved budget for the contract to be bid. The Design and Build Contractor must have completed projects in the amount of at least fifty percent (50%) per project and must have the network and resources to mobilize the Design and Build Services. The CPES rating and/or certificate of completion and owner’s acceptance of the contract must be satisfactory. | |
iv | Unless otherwise provided in the BDS, valid Philippine Contractors Accreditation Board (PCAB) license and registration for the type and cost of the contract for this Project; (i.e., Size Range – Medium A, License Category – B, General Building). |
v | NFCC Computation in accordance with ITB Clause 5.5 |
Class “B” Documents | |
vi | If applicable, valid Joint Venture Agreement (JVA) or, in lieu thereof, duly notarized statements from all the 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. |
Technical Documents | |
---|---|
i | Bid security as prescribed in ITB Clause 18. If the Bidder opts to submit the bid security in the form of:
a. A bank draft / guarantee or an irrevocable letter of credit issued by a foreign bank, it shall be accompanied by a confirmation from a Universal or Commercial Bank; or |
ii | Sworn statement in accordance with Section 25.2(b) of the IRR of R.A. 9184 and using the form prescribed in Section XI. Bidding Forms. |
iii | Duly signed Contract Organizational Chart for the contract to be bid:
a. One for Design |
iv | Duly signed List of Contractor’s Key Personnel: For Design (viz, Architects and/or Interior Designers, All Design Engineers and Associates), to be assigned to the contract bid, with their complete qualification, experience data, and valid professional registration license and certificates.
a. Design Architect must be duly–licensed with at least five (5) years of experience in the design of residential, academic or institutional facilities. |
v | Duly signed List of Contractor’s Key Personnel: For Construction (viz, Project Manager, Project Engineers, Materials Engineers, and Foremen), to be assigned to the contract to be bid, with complete qualification, experience data, and valid professional registration license and certificates.
a. Project Manager shall be a licensed architect or engineer with at least five (5) years relevant experience on similar and comparable projects in different locations. The Project Manager should have a proven record of managerial capability through the directing / managing of major civil engineering works, including projects of a similar magnitude. |
vi | Duly Signed List of Contractor’s Equipment pledged to the Contract (owned, leased, and/or under purchase agreement) supported by certificate of availability of equipment. |
vii | DESIGN PROPOSAL REQUIREMENTS |
vii.1 | Project Brief, comprehensively describing the architecture and engineering concept of the proposed facility, including the following:
i. Building Façade: Materials, Finishes and Method iv. Roof Canopy |
vii.2 | Design Developed Architectural Plans (Scale 1:200 minimum, A3 format)
i. Architectural Floor Plans (indicate architectural finishes per room/area) |
vii.3 | Design Developed Structural Plans (Scale 1:200 minimum, A3 format)
i. Foundation Plan |
vii.4 | Site Development and Landscape Design Plan (Scale 1:200 minimum, A3 format) |
vii.5 | Rendered Interior Perspective
– Admission – CIS-TAU – RPAD Chief Office |
vii.6 | Summary of Works and Construction Method in narrative form |
vii.7 | Schedule of Design and Construction Works in PERT/CPM |
vii.8 | List of Equipment and Utilization |
vii.9 | Summary of Materials, Finishes and Equipment:
i. Summary of Specifications Sections 1-16; |
vii.10 | CD/DVD containing PDF copy of all Design Proposal Requirements |
Additional Documents Required by PSHS System | |
viii | Affidavit of Site Inspection |
ix | FORM 1: Letter of Application / Intent to Bid |
x | FORM 2: Information of Bidder |
xi | FORM 4: PSHS Questionnaire |
- The address for submission of eligibility, technical and financial components of bids is as follows:
PSHS System – OED Bids and Awards Committee
c/o BAC Secretariat
PSHS System Training and Administration Center
Agham Road, Diliman, Quezon City
- The PSHSS-OED reserves right to accept or reject proposal, offer and negotiation and/or to annul the procurement process, at any time prior to contract award, without thereby incurring any liability to the affected firms.
For further information, please refer to the following:
MR. EDMUND A. COLLADO / MR. BERNIE PAULO P. TANGENTE
Bids and Awards Committee (BAC) Secretariat
Philippine Science High School System – Office of the Executive Director
Telephone No.: (02) 939 7747
E-mail address: eacollado@pshs.edu.ph / bpptangente@pshs.edu.ph
Website: www.pshs.edu.ph
(Sgd.) MA. CONCEPCION B. SAKAI
Chairperson
Bids and Awards Committee
Accompanying documents for the bidding process
Technical-Specification-Improvement_Extension-of-PSHSS-TAC-(20170707).pdf
Terms-of-Reference-Improvement_Extension-of-PSHSS-TAC-(20170707).pdf
Bid-Forms-and-Annexes-Improvement_Extension-of-PSHSS-TAC-(20170707).pdf
Improvement_Extension-of-PSHSS-TAC-A2-Demolition-Plan-20×30.pdf
Improvement_Extension-of-PSHSS-TAC-A3-PLANS-20×30.pdf
Improvement_Extension-of-PSHSS-TAC-A4-ELEVATION-20×30.pdf
Improvement_Extension-of-PSHSS-TAC-A4-GYM.pdf
Improvement_Extension-of-PSHSS-TAC-A5-SCHED-20×30.pdf